Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 6187 - Contract - Red River Construction Co.- SE Water Reclamation Plant Improvements - 02_11_1999
.i Resolution No. 6187 Item No. 24 February 11, 1999 RESOLUTION E 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 to install and furnish all materials and services as bid for the Southeast Water Reclamation Plant Improvements to Digester No. 9 Contract No. 2, between the City of Lubbock and Red River Construction Company, of Plano, Texas, and all related documents. Said contract is attached hereto and incorporated in thus Resolution as if fully set forth herein and shall be included in the minutes of the Council. Passed by the City Council this 11th ATT T: Kaythie �fiell, City Secretary APPROVED AS TO CONTENT: �l Victor Kilman, Purchasing Manager APPROVED AS TO FORM: day of February , 1999. WINDY SITT YOR -104!�� William de Haas, Competition and Contracts Manager/Attorney cp/ccdocs/rrcc.res February 2, 1999 CITY OF LUBBOCK SPECIFICATIONS FOR SOUTHEAST WATER RECLAMATION PLANT IMPROVEMENTS TO DIGESTER NO.9-CONTRACT NO.2 BID #98281 ♦ Y Y O G � � �l 11 c CITY OF LUBBOCK Lubbock, Texas ITB #98281, Addendum #6 P.O. Box 2000 Lubbock. Texas 79457 (806) 775-2167 • Fax (806) 775-2164 MAILED TO VENDOR: CLOSE DATE: Office of Purchasing ADDENDUM #6 ITB #98281 Southeast Water Reclamation Plant Improvements to Digester No. 9 — Contract No. 2 January 19, 1999 January 21, 1999 @ 3:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Please note the following information on Techni-Plus products: Nelson & McKee Corporation (713)449-8668. 2. The interior of the draft tubs are to be painted. 3. The Polibrid 705 is a solventless elastomeric polyurethane coating, while the Techni-Plus AEP-20 is an amine adduct cured epoxy. The two products are not equivalent. All requests for additional information or clarification must be submitted in writing and directed to: Questions may be faxed to: OR Email to: Laura Ritchie, Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 (806) 775-2164 Lritchie@mail.ci.lubbock.tx.us THANK YOU, GL�L�JI-fit Laura Ritchie Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID. 98281ad6.doc ITB #98281, Addendum #5 P.O. Box 2000 Lubbock, Texas 79457 (806) 775-2167 9 Fax (806) 775-2164 MAILED TO VENDOR: OLD CLOSE DATE NEW CLOSE DATE: Office of Purchasing ADDENDUM #5 ITB #98281 Southeast Water Reclamation Plant Improvements to Digester #9 — Contract No. 2 January 11, 1999 January 14, 1999 @ 2:00 P.M. January 21, 1999 @ 3:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. The Close Date has changed From: January 14, 1999 @ 2:00 P.M. To: January 21, 1999 @ 3:00 P.M. All requests for additional information or clarification must be submitted in writing and directed to: Questions may be faxed to: Or Email to: Laura Ritchie, Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 (806) 775-2164 Lritchie@maiI.ci.Iubbock.tx.us THANE( YOU, Laura Ritchie Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID. 98281 ad5.doc ITB #98281, Addendum #4 P.O. Box 2000 Lubbock. Texas 79457 (806) 775-2167 9 Fax (806) 775-2164 MAILED TO VENDOR: CLOSE DATE: Office of Purchasing ADDENDUM #4 ITB #98281 Southeast Water Reclamation Plant Improvements to Digester #9 — Contract No. 2 January 7, 1999 January 14, 1999 @ 2:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Please find attached Addendum No. 4, containing pages AD4-1 through AD4-3. All requests for additional information or clarification must be submitted in writing and directed to: Questions may be faxed to: Or Email to: Laura Ritchie, Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 (806) 775-2164 Lritchie@mail.ci.lubbock.tx.us THANK YOU, 466t�?L Laura Ritchie Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID. 98281ad4.doc iAt{. . 15: 1 F1'�. $L( �1: & 'JEHi!:.H 140. Z-Q3 BLACK & VEATCH, LLP 5728 LBJ Freeway, Suite 300, Dallas, Texas 75240 (972) 770.1500 FACSIMILE COVER SHEET TO: Laura Ritohis FAX PHONE NO.: (806) 775-2164 FROTA: David Timmermann DATE: 1 /7/99 PROJECT NO,: 36466.352 NO. OF PAGES: 4 (Including This Sheet) COMMENTS: Snclosed for your use is a copy of Addendum No, 4 for the Digester No. 9 Improvement project. Please give me a call if you have any questions or comments. In case of transmission problems, please call David TiMmermann at: (972) 770.1500 Black & Veatch Dallas, Texas This FAX Machine Number is (972) 770-1549. HI'i. ly'3 2 0 14PN BLACK: S. VEA i CH 110. 243 F . --f 4 CITY OF LUBBOCK, TEXAS SOUTHEAST WATER RECLAMATION PLANT DIGESTER NO. 9 REHABILITATION ADDENDUM NO. 4 A. SCOPE, This Addendum No. 4 consists of pages Apo- i through A04-3. This Addendum No. 4 covers the following additions and changes to the specitications and drawings for this project. B. SPECIFICATION. . Section 11116 - Horizontal End Suction Centrifugal Torque Flow Pumps a. Page 2. Article 1-4, Reprise the First sentence to read "One spare pump shall be provided." In the second sentence, delete the words "stuffing box packing". b. Page 4, Article 2-4, Delete the material listing for "Packing", c. age 5. Article 2-5.04. Change all references from "double mechanical seal" to "single mechanical seal". 2. Section 132.31 - Digester Cover Coating and Rehabilitation a. Ige 1. Article 1-1. Revise the second bulleted item to read "Interior and exterior of the draft tubes". b. Paae 1, Article 1-1. Add the following to the list of items to be coated, "Exterior of exterior exposed gas manifold assembly". c. age 2. Article 2-2. Add the following after the exterior primer paragraph, "Aliphatic Polyurethane Ameron "Amershteld Aliphatic Polyurethane", Carboline "Carbothane 134HS", or Tnemec "Series 74 Endura-Shield". d. Page 3. Article 2-2. devise the paragraph to read, "Ail exterior ferrous metal surfaces, except stainless steel, shall be coated with two coats of the indicated exterior primer to a dry film thickness of at least 10 mils. The 4-foot wide (Cily of Lubbock ) (Southeast* Water Reclramatim plant ) (Digester No. 9 Rehablitation ) (0)W6 ) AD4-1 JAIL. i . 1999 3: 14PM BLACK & VEATCH [40. c43 .314 section of the digester cover that will not be covered with insulation shall be top coated with 3 mils of aliphatic polyurethane. C. Page 3. Article 2-3.01. Add the following to the list of parameters, "Top of existing concrete wall Ei. 3180,00" 1, On sheet 3 of 15, the two 8-Inch sampling port hatches shall be removed anq replaced with new non -sparking hatches. The existing hatches shall remain the property of the Owner. 2. On sheet 3 of 15, the existing manhole covers that are to be removed shall remain the property of the Owner. 3, On Detail A of sheet 3 of 15, the center gas manifold assembly shall not be removed and replaced, but shall be recoated as specified. 4. On the enlarged plan of Sludge Pump Room shown on sheet 5 of 15, in the upper left hand comer of the plan, delete the note "Rotate exist. tee 90 degrees, typ." 5, On Detail F on sheet 7 of 15 add the following note, "1. Swivel joints shall be constructed of schedule 80 steel. Joints shalls be flanged. Hearings shall be stainless steel. Seals and gaskets used in the digester gas piping system shall suitable for operating temperatures of 250 degrees F." 6. On Section 2 of sheet 8 of 15, add the following note, 14, Piping and valving is not required to be restrained." 7. On the Section at Gas Flare on sheet 9 of 15, add the following notes, 111. The existing west gas flare, piping, and appurtenances shall be demolished including the existing 6-inch flanged plug valve. 2. Contractor shall provide a new gas flare, flanged and wren^hnut actuated plug valve, piping, supports, and other appurtenances as specified or otherwise required to provide a complete and operaticnal gas flare. 3. Height to top of gas flare shall be at least 11 feet." (01,v of Lubbock } ;Southeast Water Reclamation Plant ) (Digester No. 9 Rehabilitation ) (3W6 ) AD4-2 JAH. 7.1999 3114PM BLACK & 4EaTCH NO.c43 P.a,'4 8. On the Digester Level Transmitter Installation Detail on sheet 15 of 15, revise the 12" callout to "Existing B-Inch tee". Revise the callout "3" flange sleeve thru digester wall" to "12-inch x 3-inch reducer", A* ACKNOWLEDGEMENT BY BIDDER Each bidder shall acknowledge receipt of all addendum in the space provided on the Bid Form. January 7, 1999 (City of Lubbock ) (Southeast Water Reclamation Plant ) (Digester No. 9 Rehabilitation ) (38456 ) AD43 Black & Veatch LLP 1/ 7/" ITB #98281, Addendum #3 P.O. Box 2000 Lubbock. Texas 79457 (806) 775-2167 9 Fax (806) 775-2164 MAILED TO VENDOR: CLOSE DATE: Office of Purchasing ADDENDUM #3 ITB #98281 Southeast Water Reclamation Plant Improvements to Digester #9 — Contract No. 2 January 7, 1999 January 14, 1999 @ 2:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Please submit your bid on the enclosed revised Bid Form. 2. Please find the enclosed copy of the Prebid Meeting Sign -in Sheet(s). 3. The City Of Lubbock Landfill is located at 8425 North Avenue P, Lubbock, TX 79403. Phone number: (806) 767-2492 OR (806) 767-2484. 4. The City of Lubbock landfill fees are $26.50 per ton for materials placed in the landfill and $25.00 per ton for materials placed outside of the landfill. The $25.00 per ton rate would apply for the specified situation. The sludge must be dewatered to pass the paint filter test prior to dumping at the landfill. 5. Please note the following question received and the corresponding answer: Q. Please verify that there are no building permit fees, no contractor furnished engineer's field office or engineer's utilities, i.e. phone; no photographs, no testing fees, no project sign. A. There are no permit fees. An Engineer's Field Office is not required. The Southeast Water Reclamation Plant Accommodations will be used. There is no requirement for a phone for the Engineer. Photographs or a project sign are not required. 6. Please find attached Addendum No. 3, containing pages AD3-1 through AD3-38. 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 98281 ad3.doc ITB #98281, Addendum #3 Questions may be faxed to: Or Email to: (806) 775-2164 Lritchie@mail.ci.lubbock.tx.us THANK YOU, ACWA� Laura Ritchie Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID. 98281ad3.doc BID SUBMITTAL LUMP SUM BID CONTRACT PLACE: DATE: PROJECT NUMBER: #98281 — SOUTHEAST WATER RECLAMATION PLANT IMPROVEMENTS TO DIGESTER NO. 9-CONTRACT NO. 2 Bid of (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 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 in Exhibit "A". The bidder binds himself on acceptance of his proposal to execute a Contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated in Exhibit "A" of this proposal. Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project within 200 (TWO HUNDRED) consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $1000.00 (ONE THOUSAND DOLLARS) for each consecutive calendar day in excess of the time set forth hereinabove for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 21 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within (ten) 10 days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Authorized Signature (Printed or Typed Name) Company Address City, County State zip Code Telephone: - Fax: - (Seal if Bidder is a Corporation) ATTEST: Secretary Bidder acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date EXHIBIT "A" ITEM NO. 1 (BASE BID): All work, plant, and material required to complete the project as specified and as indicated on the drawings, but excluding Item 2. MATERIALS; $ SERVICES: TOTAL ITEM NO. 1 (BASE BID): R ITEM NO. 2: TRENCH PROTECTIVE SYSTEMS: All labor, equipment, and materials associated with preparation, implementation of trench protective systems as specified. MATERIALS: SERVICES: TOTAL ITEM NO. 2 BID: TOTAL BID (ITEMS NO. 1 AND NO. 2): MATERIALS: SERVICES: TOTAL BID (ITEMS NO. 1 AND NO. 2): $ ITEM NO. 3: (DEDUCTIVE BID ALTERNATIVE NO. 1): ON -SITE DISPOSAL OF DIGESTER NO. 9 SLUDGE: The amount to be deducted from the BASE BID (Item No. 1 above), including all labor, equipment, and materials for on -site disposal of sludge removed from Digester No. 9 and disposed in the City's sludge drying beds in lieu of trucking offsite to landfill, as defined in Specification Section 13231. MATERIALS: SERVICES: TOTAL ITEM NO. 3 BID (DEDUCT): $ c LIST OF SUBCONTRACTORS Minority Owned 2. Yes ❑ No ❑ 3. ❑ ❑ 4. ❑ ❑ 5. 6. ❑ ❑ ❑ ❑ 7. 8. ❑ ❑ ❑ ❑ 9. ❑ ❑ 10. ❑ ❑ 4 QUESTIONAIRE Each bidder shall enter in the spaces provided the names of the manufacturers of equipment which bidder proposes to furnish. Not more than one manufacturer's name shall be listed for each item of equipment. Upon award of a contract, the named equipment shall be furnished. Substitutions will be permitted only if named equipment does not meet the requirements of the contract documents, the manufacturer is unable to meet the delivery requirements of the construction schedule, or the manufacturer is dilatory in complying with the requirements of the contract documents. Substitutions shall be subject to concurrence of the Owner and shall be confirmed by Change Order. Preliminary acceptance of equipment listed by manufacturer's name shall not in any way constitute a waiver of the specifications covering such equipment; final acceptance will be based on full conformity with the contract documents. Failure to furnish all information requested in the Questionaire may be cause for rejection of the Bid. Equipment 1. Horizontal End Suction Centrifugal Torque Flow Pumps Manufacturer CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder And Attached to Bid Submittal I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid/proposal. Contractor (Signature) Contractor (Print) CONTRACTOR'S NAME: (Print or Type ) CONTRACTOR'S ADDRESS: Name of Agent/Broker: Address of Agent/Broker: City/State/Zip- Agent/Broker Telephone Number: Date: NOTE TO CONTRACTOR If the time requirement specified above 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) 775-2165. BID #98281 — SOUTHEAST WATER RECLAMATION PLANT IMPROVEMENTS TO DIGESTER NO. 9- CONTRACT NO.2 6 PRE -BID MEETING 98281 SOUTHEAST WATER RECLAMATION PLANT LN11PROVEMENTS TO DIGESTER # 9 January 5, 1999 @ 10:00 AM ROOM L01 :.... TE COMPANY REPRESENTATIVE MAILING ADDRESS TSIU IiER: :INUNMER LAURA RITCHIE P.O. Box 2000 City of Lubbock City: Lubbock (806) 775-2163 (806)775-2164 State, Zip Code: Texas 79457 Address: r G�' .� t State, Zip Code: Address: 471Z City: State, Zip Code: 17'75- .322- 7*7 -37- Address: 3C1 CF-w-j! ty (c�\y) 2-\y �1vF����CEct\ C-�lkmAw CcGG City: Z)A L L A 5 ISO 350' S4S4 State. Zi2 Code:T*, -lsaap Address: ( vO U � �/6/ (rev �ra�G b LL N / L !1Q /�� city: State, Zip Code: 7 Address: Ro 7, .-7 " 0 o (X o Cn) 4d City: Z"25;1:- cc' r/73' �j � _ 3 -1 7tu,--✓ State, Zip Code J ;z -' e Address: gor Zoo o &,V 6 �$ City: L.kbboc�— %7,5:.3;t.�y 775-,�'� State, Zi Code: % ,r? Address: i3v/ City: LPL 6 E 4 �G State, Zip Code: j,C 7,57 !S 775 z3 f 7 Address: City: State, Zip Code: Address: City: State. Zip Code: Address: City: State, Zip Code: Address: City: State, Zip Code: Address: City: State, Zip Code: Address: City: State, Zip Code: CITY OF LUBBOCK, TEXAS SOUTHEAST WATER RECLAMATION PLANT DIGESTER NO. 9 REHABILITATION ADDENDUM NO. 3 A. SCOPE. This Addendum No. 3 consists of pages AD3-1 through AD3-38. This Addendum No. 3 covers the following additions and changes to the specifications and drawings for this project. B. SPECIFICATION. 1. Table of Contents. Delete sections 03700 and 15400 from the Table of Contents. 2. Section 01500 - Temporary Facilities. a. Page 1. Article 4. Revise the first sentence to read as follows, "Contractor shall furnish...." b. Page 4, Article 12. Add the following after the first sentence, "No contractor or contractor employees vehicles may be parked on the street on east side of digester 8 & 9 or in front of operations building." 3. Section 01400 - Quality Control. Add Section 01400, pages 1 through 3, to the Contract Documents. 4. Section 01610 - General Equipment Stipulations. Add Section 01610, pages 1 through 9, to the Contract Documents. 5. Section 03301 - Concrete. Add Section 03301, pages 1 through 9, to the Contract Documents. 6. Section 03600 - Grout. Add Section 03600, pages 1 through 3, to the Contract Documents, 7. Section 05550 - Anchor Bolts and Expansion Anchors. Add Section 05550, pages 1 through 4, to the Contract Documents. (City of Lubbock ) (Southeast Water Reclamation Plant ) (Digester No. 9 Rehabilitation ) (36466 ) AD3-1 8. Section 11116 - Horizontal End Suction Centrifugal Torque Flow Pumps. a. Page 4, Article 2-3. Revise the first sentence to read, "Pumps shall be Wemco Model C or Morris Model 6100." b. Page 4, Article 2.4. Change the materials list for mechanical seals to the following, "A.E.S. Model SCUSI; solid tungsten carbide vs. solid tungsten carbide". C. Page 7, Article 2-8.02. Add the following to the sixth paragraph of the article, "Terminal boxes shall have terminals and conduit hubs sized for the cables and conduit indicated on the drawings." 9. Section 11185 - Submersible Sump Pumps. a. Page 3, Article 2-3. Revise the materials on the following compents: Stator Housing and Impeller Casing Stainless Steel Impeller Stainless Steel Strainer Stainless Steel 10. Section 13400 - Instrumentation. a. Page 8. Article 2-3.03.01. Revise the gas detector gas, nominal range, and nominal warning and alarm values to read as follows, "Hydrogen Sulfide (H2S); 0-50 ppm or 0-100 ppm; 10 ppm/50 ppm". b. Page 2 thru 6, Input/Output Listing. Add the heading "RTU" for the second column. C. Page 5, Input/Output Listing. Revise discrete outputs DO 3 and DO 4 field devices to read "AFD". 11. Section 15102 - Eccentric Plug Valves. a. Page 5. Article 2.4.02. Revise the first paragraph to read as follows, "Electric actuators shall be multi -turn type and shall be EIM "Series M/MG", or approved equal." (City of Lubbock ) (Southeast Water Reclamation Plant ) (Digester No. 9 Rehabilitation ) (36466 ) AD3-2 12. Section 16050 - Electrical. a. Page 2. Article 1-4.02. Revise the first sentence of the last paragraph to read as follows, "Power wires shall be color coded with colored wire..." b. Page 4, Article 1-6. Add the following sentence at the end of the paragraph, "Any equipment having bearings shall be rotated by hand every two weeks. A log shall be kept to track service dates." C. Page 10, Article 2-10. Revise the first sentence to read as the following, "One spare set of fuses...." d. Add Figure 1-16050, "600 Volt, Single Conductor Lighting Cable (600--1-PVC-THHN-THWN) e. Add Figure 2-16050, "600 Volt, Single Conductor Lighting/Power Cable (600-1-XLP-NONE-XHHW) f. Add Figure 4-16050, "600 Volt, Single Pair, Shielded Instrument Cable (600-SINGLE-PAIR-SH-INSTR) C. DRAWINGS. 1. Relocate existing plug valve PV-1022 and modify the piping as required in order to incorporate the work identified on the attached Figure AD3-1. 2. Clean the interior of the existing sludge piping identified on the attached Figure AD3-2. 3. Replace the existing 8-inch three-way plug valve and two 8-inch gate valves in the sludge suction piping in the southwest corner of the Sludge Pump Room with an 8"x8" flanged tee and two 8-inch flanged, hand -wheel actuated plug valves. 4. Replace each of the five 30-inch diameter manway covers with new non - sparking manway covers and hold-down lugs. 5. On sheet 3 of 15, add the following note, "Cross -hatching indicates items to be demolished and removed from the site." (City of Lubbock ) (Southeast Water Reclamation Plant ) (Digester No. 9 Rehabilitation ) (36466 ) AD3-3 6. On sheet 4 of 15, add the following note, "Cross -hatching indicates items to be demolished and removed from the site." 7. On sheet 12 of 15, add the hydrogen sulfide gas detector located at the compressor building. A minimum of two sensors shall be located inside the building on opposite walls. All other enclosures/ alarm modules shall be located outside the building on the west wall. Alarms shall be wired into the existing alarm box 1601 ABX with 4#12, 1 /2 inch circuit. The interior of the compressor building is NEMA Type 7A as defined on sheet 11. Add 2#12, #12G (for 120 volt ac power) to the detector in an existing spare 1 inch conduit from a spare 20 amp circuit breaker in lighting panel L16, located in the digester 8 & 9 control building. 8. On sheet 12 of 15, revise "MCC-160" to read "MCC-1600". 9. On sheet 12 of 15, revise "17I-1613" to read "FIT-1613". 10. On sheet 12 of 15, add location of LIT-1614 on the north wall of digester 9 to the west of the digester building wall. 11. On sheet 12 of 15, add the following note, "High voltage conduits in Section 1 not shown." 12. On sheet 12 of 15, add the following note, "Contractor shall furnish and install 2 #12, 12G from the lighting panel circuit 10L1-35 in the digester building to the gas flares. 3/4 inch conduit shall be furnished and installed inside the digester building. The underground portion of the circuit shall be routed in the existing 1 inch conduit installed in the previous construction." 13. On sheet 13 of 15, add conduit and cable information as follows, "2#12, 1 /2 inch from RTU No. 4 to each SP-502 AFD, WP-501 AFD, and WP-502 AFD". 14. On sheet 14 of 15, add the following note, "See specifications for SP-101 float switch elevations." 15. On sheet 15 of 15, add the location of SP-101 and associated float switches on the Digester 6 & 7 Control Building lower level. 16. On sheet 15 of 15, revise the second sentence of note 2 as follows, "Panelboard L10, MCC-1000, and RTU No. 4 are located in the digested sludge pumping station MCC room." (City of Lubbock ) (Southeast Water Reclamation Plant ) (Digester No. 9 Rehabilitation ) (36466 ) AD3-4 17. On sheet 15 of 15, add the location of the digester PLC to the Digester 8 & 9 plan on the south wall of the building near RTU 13. 18. On sheet 15 of 15, revise the sheet designation "E-4" to be "E-5". ACKNOWLEDGEMENT BY BIDDER Each bidder shall acknowledge receipt of all addendum in the space provided on the Bid Form. January 6, 1999 (City of Lubbock ) (Southeast Water Reclamation Plant ) (Digester No. 9 Rehabilitation ) (36466 ) AD3-5 Black & Veatch LLP OF DAVID A. TIMMERMANN i �/ ,o. °65779 FG/ST6 r Pe'E M EL.312SA0 Q WESTER WIL TYP, I 5•-0. FOO11N9 60UARE TYP. � EL. 1e2.00 c 3 �� EL.317800� i NAIL 2•-0 PLIIOCiD WILL I' I IT Z'♦-ieo� TTP. e. 21-8- 3' 3•-B' 5. ITY�.� 3•-0- 2•-4 •-0 IF DIFE�vII 03 — , — r _ —— ___ ___ II- D.� { _1 SEE DETAIL 'A- TYP. I1II 1 t l isle e e — — — — — — — �jT1ES as m 112 T I SWITCH lY o c_ 1 J I AL I R' At6llITTER _ a 1 1 -1 �9L1►d0 MNSE 1 1 TRANSMITTERN1 KMILS ITT.) ly� I ITTP.1 I ® a I Q 1 I 6EE DETAIL 'A' IYP. O C 'BEAT I 1 I I TYPiCALL AI I NOTEREF. P6-1 FF-1 FV-102e I I SECTION I FOR SLAB RE, OIRESTEO fLILOE I I I I .s . 12' D.C�E.f. - T'r GGIILLNALl.t I I ''�' Ptw. TYP. ''� I DI I W-t e I I I Au I • DIDEST�ED SLlrmE I ®� BLIND MPlf�i�_ L c1 ISLUDGE O RFI022 1 f e� I f I 14 I ERA FROM 0I4E8TER — — — — _ L _ ^ — I •� _ �iTR of eE CIRCULATION 0{ E FRO �� ee PV-1o21 loll �. DI fV-tote FF-lol g- 11OBE �FE].Te(FI PF-tom D- E FROMIITION LINE RADA — DIGESTER 1 t EL. • 2120.50 !° De 1'V-t0 1D. l�li— T �1 ^ PF=IOID i+ 1016--_-- IN VENT. _ —__� SEE OETAIL ' i i FLANGED COUPLING I 0- BAUO'LUSN iYP. ROAPTEN 100 100 t l t EL.. 2130.50 I PIPE I I I t•BACKFLUSH .� TF I laol loos 1 I R!0' ITTP.1 - I - •. B. 80•- �'� I I 3D- Olq. QI tCIFIC. DISC11. t EL. - 3130.50 SEE MAIL 'A' ,{I S too m I ®-,ele,V ®3vw I ITN BTEE LIND I TTP. Q I 1 1_ s'-8- ' J' FOOTING TYP. u — — — — J a 1a- O.C. VENT. '� L FLANGE I I m tAP 7/ -k-- -- ---- -- --- ----------- ---- �---- ^---------- � -- ------ -- —^---- 1 /Vo7"E 11 OPERATING FLOOR PLAN REkocgrE Pv-10Z? TO T-HE -0- 3o1-Oi H 500E of THE TEE c0AJaEcT--"),.1 ro,( Pcimp DP- 1O6)•1. m IV 0 7-E : EX/ST/NS PIP/VG AOUO EOUIPMENT /5 NOT IHOLJN /N /7-5 EN7'/I?E7 AD 3- 7 F/GuRE 4D3 -2 Section 01400 QUALITY CONTROL 1. TESTING SERVICES. All tests to determine compliance with the Contract Documents shall be performed by an independent commercial testing firm acceptable to Engineer. The testing firm's laboratory shall be staffed with experienced technicians, properly equipped and fully qualified to perform the tests in accordance with the specified standards. Testing services provided by Owner are for the sole benefit of Owner; however, test results shall be available to Contractor. Testing necessary to satisfy Contractor's internal quality control procedures shall be the sole responsibility of Contractor. 1.01. Testing Services Furnished by Contractor. Unless otherwise specified, Contractor shall provide all testing services in connection with the following: Concrete materials and mix designs. Asphaltic concrete materials and mix designs. Embedment, fill, and backfill materials. All other tests and engineering data required for Engineer's review of materials and equipment proposed to be used in the Work. Contractor shall obtain Engineer's acceptance of the testing firm before having services performed, and shall pay all costs for these testing services. 1.02. Testing Services Furnished by Owner. Unless otherwise specified, Owner shall provide for tests made on the following materials and equipment: Concrete. Moisture -density and relative density tests on embedment, fill, and backfill materials. In -place field density tests on embedments, fills, and backfill. Other materials and equipment at the discretion of Owner. (City of Lubbock ) (Southeast Water Reclamation Plant) (Digester No. 9 Rehabilitation ) 01400 (36466 ) -1- 030498 bk DAT fgD3-8 Testing, including sampling, will be performed by Engineer or the testing firm's laboratory personnel, in the general manner indicated in the Specifications. Engineer shall determine the exact time, location, and number of tests, including samples. Arrangements for delivery of samples and test specimens to the testing firm's laboratory will be made by Owner. The testing firm's laboratory shall perform all laboratory tests within a reasonable time consistent with the specified standards and shall furnish a written report of each test. Contractor shall furnish all sample materials and cooperate in the testing activities, including sampling. Contractor shall interrupt the Work when neces- sary to allow testing, including sampling, to be performed. Contractor shall have no claim for an increase in Contract Price or Contract Times due to such interruption. When testing activities, including sampling, are performed in the field by Engineer or the testing firm's laboratory personnel, Contractor shall furnish personnel and facilities to assist in the activities. 1.03. Transmittal of Test Reports. Written reports of tests and engineering data furnished by Contractor for Consulting Engineer's review of materials and equipment proposed to be used in the Work shall be submitted as specified for Shop Drawings. The testing firm retained by Owner will furnish four copies of a written report of each test. Two copies of each test report will be transmitted to the Engineer, one copy to Consulting Engineer, and one copy to Contractor, within 3 days after each test is completed. 2. MANUFACTURER'S FIELD SERVICES. 2.01. Services Furnished Under This Contract. An experienced, competent, and authorized representative of the manufacturer of each item of equipment for which field services are indicated in the equipment schedule section shall visit the site of the Work and inspect, check, adjust if necessary, and approve the equipment installation. In each case, the manufacturer's representative shall be present when the equipment is placed in operation. The manufac- turer's representative shall revisit the jobsite as often as necessary until all trouble is corrected and the equipment installation and operation are satisfactory in the opinion of Engineer. In addition, the authorized representative of the manufacturer shall spend a minimum of two (2) four (4) hour visits at the site of the Work to instruct the Owner's operators as to the proper use and operation and maintenance of the equipment for each item of equipment for which field services are indicated in (City of Lubbock (Southeast Water Reclamation Plant) 030498 (Digester No. 9 Rehabilitation ) 01400 bk (36466 ) -2- DAT AD3-9 the equipment schedule. The first visit shall be conducted prior to the equipment startup. The second visit shall be conducted after 45 days of continuous equipment operation. Each manufacturer's representative shall furnish to Owner, through Engineer, a written report certifying that the equipment has been properly installed and lubricated; is in accurate alignment; is free from any undue stress imposed by connecting piping or anchor bolts; and has been operated under full load conditions and that it operated satisfactorily. All costs for these services shall be included in the Contract Price. (City of Lubbock ) (Southeast Water Reclamation Plant) (Digester No. 9 Rehabilitation ) (36466 ) End of Section 030498 01400 bk -3- DAT Az) 3-/v Section 01610 GENERAL EQUIPMENT STIPULATIONS 1. SCOPE. All equipment furnished and installed under this Contract shall conform to the general stipulations set forth in this section, except as otherwise specified in other sections. 2. COORDINATION. Contractor shall coordinate all details of the equipment with other related parts of the Work, including verification that all structures, piping, wiring, and equipment components are compatible. Contractor shall be responsible for all structural and other alterations in the Work required to accommodate equipment differing in dimensions or other characteristics from that contemplated in the Contract Drawings or Specifications. 3. MANUFACTURER'S EXPERIENCE. Unless specifically named in the Specifications, a manufacturer shall have furnished equipment of the type and size specified which has been in successful operation for not less than the past 5 years. 4. WORKMANSHIP AND MATERIALS. Contractor shall guarantee all equip- ment against faulty or inadequate design, improper assembly or erection, defective workmanship or materials, and leakage, breakage, or other failure. Materials shall be suitable for service conditions. All equipment shall be designed, fabricated, and assembled in accordance with recognized and acceptable engineering and shop practice. Individual parts shall be manufactured to standard sizes and thicknesses so that repair parts, furnished at any time, can be installed in the field. Like parts of duplicate units shall be interchangeable. Equipment shall not have been in service at any time prior to delivery, except as required by tests. Except where otherwise specified, structural and miscellaneous fabricated steel used in equipment shall conform to AISC standards. All structural members shall be designed for shock or vibratory loads. Unless otherwise specified, all steel which will be submerged, all or in part, during normal operation of the equipment shall be at least 1/4 inch thick. 5. LUBRICATION. Equipment shall be adequately lubricated by systems which require attention no more frequently than weekly during continuous operation. Lubrication systems shall not require attention during startup or shutdown and shall not waste lubricants. (City of Lubbock (Southeast Water Reclamation Plant) 030498 (Digester No. 9 Rehabilitation ) 01610 bk (36466 ) -1- DAT /9D3-// Lubricants of the types recommended by the equipment manufacturer shall be provided in sufficient quantities to fill all lubricant reservoirs and to replace all consumption during testing, startup, and operation prior to acceptance of equipment by Owner. Unless otherwise specified or permitted, the use of synthetic lubricants will not be acceptable. Lubrication facilities shall be convenient and accessible. Oil drains and fill openings shall be easily accessible from the normal operating area or platform. Drains shall allow for convenient collection of waste oil in containers from the normal operating area or platform without removing the unit from its normal installed position. 6. ELEVATION. The elevation of the site is approximately 3130 feet above mean sea level. All equipment furnished shall be designed to meet stipulated conditions and to operate satisfactorily at this elevation. 7. ELECTRIC MOTORS. Unless otherwise specified, motors furnished with equipment shall meet the following requirements: a. Designed and applied in accordance with NEMA, ANSI, IEEE, AFBMA, and NEC for the duty service imposed by the driven equipment, such as frequent starting, intermittent overload, high inertia, mounting configuration, or service environment. b. Rated for continuous duty at 400C ambient, unless the application is well recognized for intermittent duty service as a standard industry practice. c. Insulated with a Class F insulation system and designed for a maximum Class B temperature rise at service factor load (80°C at 1.0 or 900C at 1.15), or insulated with a Class H insulation system and designed for a maximum Class F temperature rise at service factor load (145°C at 1.0). d. Motors used in applications which exceed the usual service conditions as defined by NEMA, such as higher than 40°C ambient, altitude exceeding 3,300 feet, explosive or corrosive environments, departure from rated voltage and frequency, poor ventilation, frequent starting, or adjustable frequency drive applications, shall be properly selected with respect to their service conditions and shall not exceed specified temperature rise limits. (City of Lubbock (Southeast Water Reclamation Plant) 030498 (Digester No. 9 Rehabilitation ) 01610 bk (36466 ) -2- DAT 4D3-/A e. To ensure long life, motors shall have nameplate horsepower equal or greater than the maximum load imposed by the driven equipment and shall carry a service factor rating as follows: Motor Size Enclosure Service Factor Fractional hp Open 1.15 Other Than Open 1.0 Integral hp Open 1.15 Other Than Open 1.0 f. Designed for full voltage starting. g. Designed to operate from an electrical system that may have a maximum of 5 percent voltage distortion according to IEEE 519. h. Clamp -type grounding terminal shall be inside motor conduit box. External conduit boxes shall be oversized at least one size larger than NEMA standard. Totally enclosed motors shall have a continuous moisture drain which also excludes insects. k. Bearings shall be either oil or grease lubricated. I. Manufacturer's standard motor may be supplied on appliances, tools, and unit heaters, in which case a redesign of the unit would be required to furnish motors of other than the manufacturer's standard design. However, in all cases, totally enclosed motors are preferred and shall be furnished if offered by the manufacturer as a standard option. m. Totally enclosed motors shall be furnished on: 1. Outdoor equipment. 2. Equipment for installation below grade. 3. Chemical feeding and chemical handling equipment. 4. Equipment operating in wet or dust -laden locations. (City of Lubbock (Southeast Water Reclamation Plant) 030498 (Digester No. 9 Rehabilitation ) 01610 bk (36466 ) -3- DAT /},p3-/3 n. Dripproof motors, or totally enclosed motors at the Supplier's option, shall be furnished on equipment in indoor, above -grade, clean, and dry locations. o. Explosionproof or submersible motors shall be furnished as required by applicable codes or as specified in other sections. p. Motors shall be rated as follows: 1. Below 1 /2 hp. 115 volts, 60 Hz, single phase; or 240 volts, 60 Hz, single phase. 2. 1 /2 hp and above. 460 volts, 60 Hz, 3 phase. Where specified or required by the Drawings, motors used on 240 volt systems shall be 230 volts, 60 Hz, 3 phase. Motors used on 208 volt systems shall be 200 volts, 60 Hz, 3 phase. q. Horizontal motors shall be energy- efficient and shall have a NEMA nominal efficiency nameplate value equal to or greater than values listed in the following table. Efficiency shall be determined in accordance with IEEE 112, Test Method B. Motor Nominal Efficiency Values Nominal Efficiency Values kW hp Open Drip Enclosure TEFC Enclosure 3600 rpm 1800 rpm 1200 rpm 900 rpm 3600 rpm 1800 rpm 1200 rpm 900 rpm 0.7 1 84.0 83.0 80.5 75.0 -- 81.5 81.5 75.5 1.1 1.5 82.0 84.0 84.5 78.0 82.0 81.5 86.5 80.0 1.5 2 84.0 84.0 86.5 86.5 84.0 84.0 87.5 85.5 2.2 3 85.0 87.5 88.0 89.5 87.0 88.0 89.0 86.5 3.7 5 87.5 88.5 89.0 89.5 88.0 88.0 89.5 85.0 5.6 7.5 88.5 89.5 90.0 88.5 90.0 90.0 90.0 86.5 7.5 10 89.0 90.0 91.0 91.0 91.0 90.0 91.0 91.0 11.2 15 90.2 91.7 91.0 91.0 91.0 92.0 92.0 91.0 14.9 20 91.7 92.4 91.7 92.0 92.0 93.0 92.0 91.0 18.7 25 92.4 93.0 92.4 92.0 92.0 93.0 93.0 91.0 22.4 30 93.0 93.0 93.0 93.0 93.0 93.0 93.0 93.0 29.8 40 93.0 94.0 93.5 93.0 93.0 94.0 94.0 93.0 (City of Lubbock (Southeast Water Reclamation Plant) 030498 (Digester No. 9 Rehabilitation ) 01610 bk (36466 ) -4- DAT AZ) 3- Motor Nominal Efficiency Values Nominal Efficiency Values kW hp Open Drip Enclosure TEFC Enclosure 3600 rpm 1800 rpm 1200 rpm 900 rpm 3600 rpm 1800 rpm 1200 rpm 900 rpm 37.3 50 93.0 94.1 93.5 93.0 92.0 94.0 94.0 93.0 44.8 60 93.0 95.0 94.5 94.0 93.5 95.0 95.0 93.0 56 75 94.0 95.0 95.0 94.0 93.5 95.0 95.0 94.0 74.6 100 1 94.5 95.0 95.0 95.0 95.0 95.0 95.0 94.0 93.2 125 95.0 95.0 95.0 95.0 95.0 95.0 95.0 94.0 112 150 95.0 95.0 95.0 95.0 95.0 95.0 95.0 94.0 149 200 95.0 95.0 95.0 95.0 96.0 96.0 95.0 94.0 8. DRIVE UNITS. The nominal input horsepower rating of each gear or speed reducer shall be at least equal to the nameplate horsepower of the drive motor. Drive units shall be designed for 24 hour continuous service. 8.01. Gearmotors. Unless otherwise specified, the use of gearmotors will not be acceptable. 8.02. Gear Reducers. Each gear reducer shall be a totally enclosed unit with oil or grease lubricated, rolling element, antifriction bearings throughout. Helical, spiral bevel, combination bevel -helical, and worm gear reducers shall have a service factor of at least 1.50 based on the nameplate horsepower of the drive motor. Cycloidal gear reducers shall have a service factor of at least 2.0 based on the nameplate horsepower of the drive motor. Shaft -mounted and flange -mounted gear reducers shall be rated AGMA Class II. Helical gear reducers shall have a gear strength rating to catalog rating of 1.5. Each gear reducer shall be designed and manufactured in compliance with applicable AGMA standards. The thermal horsepower rating of each unit shall equal or exceed the nameplate horsepower of the drive motor. During continuous operation, the maximum sump oil temperature shall not rise more than 100OF above the ambient air temperature in the vicinity of the unit and shall not exceed 200°F. Each grease lubricated bearing shall be installed in a bearing housing designed to facilitate periodic regreasing of the bearing by means of a manually operated grease gun. Each bearing housing shall be designed to evenly distribute new grease, to properly dispose of old grease, and to prevent overgreasing of the bearing. The use of permanently sealed, grease lubricated bearings will not be acceptable. An internal or external oil pump and appurtenances shall be (City of Lubbock (Southeast Water Reclamation Plant) 030498 (Digester No. 9 Rehabilitation ) 01610 bk (36466 ) -5- DAT fqo 3-/S provided if required to properly lubricate oil lubricated bearings. A dipstick or a sight glass arranged to permit visual inspection of lubricant level shall be provided on each unit. Gear reducers which require the removal of parts or the periodic disassembly of the unit for cleaning and manual regreasing of bearings will not be acceptable. Certification shall be furnished by the gear reducer manufacturer indicating that the intended application of each unit has been reviewed in detail by the manufacturer and that the unit provided is fully compatible with the conditions of installation and service. 8.03. Variable Speed Drives. Each mechanical variable speed drive shall have a service factor of at least 1.75 at maximum speed based on the nameplate horsepower of the drive motor. A spare belt shall be provided with each variable speed drive unit employing a belt for speed change. Unless specifically permitted by the detailed equipment specifications, bracket type mounting will not be acceptable for variable speed drives. 8.04. V-Belt Drives. Each V-belt drive shall include a sliding base or other suitable tension adjustment. V-belt drives shall have a service factor of at least 1.6 at maximum speed based on the nameplate horsepower of the drive motor. 9. SAFETY GUARDS. All belt or chain drives, fan blades, couplings, and other moving or rotating parts shall be covered on all sides by a safety guard. Safety guards shall be fabricated from 16 USS gage ] or thicker galvanized or aluminum -clad sheet steel or from 1/2 inch mesh galvanized expanded metal. Each guard shall be designed for easy installation and removal. All necessary supports and accessories shall be provided for each guard. Supports and accessories, including bolts, shall be galvanized. All safety guards in outdoor locations shall be designed to prevent the entrance of rain and dripping water. 10. ANCHOR BOLTS. Equipment suppliers shall furnish suitable anchor bolts for each item of equipment. Anchor bolts, together with templates or setting drawings, shall be delivered sufficiently early to permit setting the anchor bolts when the structural concrete is placed. Anchor bolts shall comply with the anchor bolts and expansion anchors section and, unless otherwise specified, shall be at least 3/4 inch in diameter. (City of Lubbock (Southeast Water Reclamation Plant) 030498 (Digester No. 9 Rehabilitation ) 01610 bk (36466 ) -6- DAT A03-/6 Unless otherwise indicated or specified, anchor bolts for items of equipment mounted on baseplates shall be long enough to permit 1-1/2 inches of grout beneath the baseplate and to provide adequate anchorage into structural concrete. 11. EQUIPMENT BASES. Unless otherwise indicated or specified, all equipment shall be installed on concrete bases at least 6 inches high. Cast iron or welded steel baseplates shall be provided for pumps, compressors, and other equipment. Each unit and its drive assembly shall be supported on a single baseplate of neat design. Baseplates shall have pads for anchoring all components, and adequate grout holes. Baseplates for pumps shall have a means for collecting leakage and a threaded drain connection. Baseplates shall be anchored to the concrete base with suitable anchor bolts and the space beneath filled with grout as specified in the grout section. 12. SPECIAL TOOLS AND ACCESSORIES. Equipment requiring periodic repair and adjustment shall be furnished complete with all special tools, instru- ments, and accessories required for proper maintenance. Equipment requiring special devices for lifting or handling shall be furnished complete with those devices. 13. SHOP PAINTING. All steel and iron surfaces shall be protected by suitable coatings applied in the shop. Surfaces which will be inaccessible after assembly shall be protected for the life of the equipment. Coatings shall be suitable for the environment where the equipment is installed. Exposed surfaces shall be finished, thoroughly cleaned, and filled as necessary to provide a smooth, uniform base for painting. Electric motors, speed reducers, starters, and other self-contained or enclosed components shall be shop primed or finished with an oil -resistant enamel or universal type primer suitable for top coating in the field with a universal primer and aliphatic polyurethane system. Surfaces to be coated after installation shall be prepared for painting as recommended by the paint manufacturer for the intended service, and then shop painted with one or more coats of the specified primer. Unless otherwise specified, the shop primer for steel and iron surfaces shall be Ameron "Amercoat 180 Synthetic Resin Coating", Carboline "888 Primer", or Tnemec "Series 37H Chem -Prime H.S.". Machined, polished, and nonferrous surfaces which are not to be painted shall be coated with rust -preventive compound, Houghton "Rust Veto 344". (City of Lubbock (Southeast Water Reclamation Plant) 030498 (Digester No. 9 Rehabilitation ) 01610 bk (36466 ) -7- DAT ,qp3-17 14. PREPARATION FOR SHIPMENT. All equipment shall be suitably packaged to facilitate handling and to protect against damage during transit and storage. All equipment shall be boxed, crated, or otherwise completely enclosed and protected during shipment, handling, and storage. All equipment shall be protected from exposure to the elements and shall be kept dry at all times. Painted surfaces shall be protected against impact, abrasion, discoloration, and other damage. Painted surfaces which are damaged prior to acceptance of equipment shall be repainted to the satisfaction of Engineer. Grease and lubricating oil shall be applied to all bearings and similar items. Each item of equipment shall be tagged or marked as identified in the delivery schedule or on the Shop Drawings. Complete packing lists and bills of material shall be included with each shipment. 15. STORAGE. Upon delivery, all equipment and materials shall immediately be stored and protected until installed in the Work. Pumps, motors, electrical equipment, and all equipment with antifriction or sleeve bearings shall be stored in weathertight structures maintained at a temperature above 60°F. Equipment, controls, and insulation shall be protected against moisture and water damage. All space heaters furnished in equipment shall be connected and operated continuously. Equipment and materials shall not show any pitting, rust, decay, or other deleterious effects of storage when installed in the Work. 16. INSTALLATION AND OPERATION. Equipment shall not be installed or operated except by, or with the guidance of, qualified personnel having the knowledge and experience necessary to obtain proper results. When so specified, or when employees of Contractor or its Subcontractors are not qualified, such personnel shall be field representatives of the manufacturer of the equipment or materials being installed. Qualified field representatives shall be provided by each equipment manufacturer as required to perform all manufacturer's field services called for in the Specifications. Manufacturers' field representatives shall observe, instruct, guide, and direct Contractor's erection or installation procedures, or (City of Lubbock (Southeast Water Reclamation Plant) 030498 (Digester No. 9 Rehabilitation ) 01610 bk (36466 ) -8- DAT fg93-/B perform an installation check, as required. Each field representative shall revisit the site as often as necessary to attain installation satisfactory to Engineer. All equipment installed under this Contract shall be placed into successful operation according to the written instructions of the manufacturer or the instructions of the manufacturer's field representative. All required adjustments, tests, operation checks, and other startup activities shall be provided. 17. OBSERVATION OF PERFORMANCE TESTS. Where the Specifications require the presence of Engineer, initial tests shall be observed or witnessed by Engineer. Owner shall be reimbursed by Contractor for all costs of subsequent visits by Engineer to witness or observe incomplete tests, retesting, or subsequent tests. (City of Lubbock ) (Southeast Water Reclamation Plant) (Digester No. 9 Rehabilitation ) (36466 ) End of Section 030498 01610 bk -9- DAT /JP3-19 Section 03301 CONCRETE PART 1 -GENERAL 1-1. SCOPE. This section covers all cast -in -place concrete, including reinforcing steel, forms, finishing, curing, and appurtenant work. All concrete shall be air -entrained. 1-2. GENERAL. All cast -in -place concrete shall be accurately formed and properly placed and finished as indicated on the drawings and as specified herein. 1-3. SUBMITTALS. All submittals of drawings and data shall be in accordance with the submittals section. 1-4. STORAGE AND HANDLING. Cement shall be stored in suitable moistureproof enclosures. be used. Cement which has become caked or lumpy shall not Aggregates shall be stored so that segregation and the inclusion of foreign materials are prevented. The bottom 6 inches of aggregate piles in contact with the ground shall not be used. Reinforcing steel shall be carefully handled and shall be stored on supports which prevent the steel from touching the ground. PART 2 - PRODUCTS 2-1. LIMITING REQUIREMENTS. Unless otherwise specified, concrete shall be controlled within the following limiting requirements. (City of Lubbock ) (Southeast Water Reclamation Plant) (Digester No. 9 Rehabilitation ) 03301 (36466 ) -1- AD3-.2v 030598 bk DAT 2-1.01. Cement Content. The quantity of portland cement in the concrete shall be not less than that indicated in the following table: Quantity of Cement (lb/yd3) Concrete Slump Coarse Aggregate Size from No. 4 Sieve to 3/8" 1/2" 3/4" 1 2inches 601 573 545 517 3inches 629 592 564 536 flinches 639 611 583 555 5inches 658 630 602 573 6 inches 677 649 620 592 2-1.02. Ratio of Fine to Total Aggregates. The ratio of fine to total aggregates based on solid volumes (not weights) shall be: Coarse Aggregate Size Minimum Ratio Maximum Ratio 3/8 inch 0.45 0.60 1 /2 inch 0.40 0.55 3/4 inch 0.35 0.50 1 inch 0.30 0.46 2-1.03. Maximum Water -Cement Ratio. The maximum water -cement ratio shall be 0.42 on a weight basis, or, if fly ash is used, the combined mass of cement plus fly ash shall be used to determine the water-cementitious materials ratio. 2-1.04. Fly Ash Content. At the option of the Contractor, fly ash may be substituted for up to 15 percent of the portland cement, on the basis of 1.5 pounds of fly ash added for each pound of cement reduction. 2-1.05. Coarse Aggregate. The maximum nominal coarse aggregate size shall be 1 inch. (City of Lubbock ) (Southeast Water Reclamation Plant) 030598 (Digester No. 9 Rehabilitation ) 03301 bk (36466 ) -2- DAT IgD3-a?1 2-1.06. Slump. Concrete slump shall be kept as low as possible consistent with proper handling and thorough compaction. Unless otherwise authorized by the Engineer, slump shall not exceed 4 inches 2-1.07. Total Air Content. The total volumetric air content of concrete after placement shall be 6 percent ±1 percent. 2-1.08. Admixtures. The admixture content, batching method, and time of introduction to the mix shall be in accordance with the manufacturer's recommendations. A water -reducing admixture and an air -entraining admixture shall be included in all concrete. No calcium chloride or admixture containing chloride from sources other than impurities in admixture ingredients will be acceptable. Admixtures classified as Class 1 or Class 2 in ACI 212R or containing any lignosulfonic acids ("lignins") or their salts will not be acceptable. 2-1.09. Strength. The minimum acceptable compressive strengths, as determined by ASTM C39, shall be: Age Minimum Compressive Strength 7 days 3,000 psi 28 days 4,000 psi 2-1.10. Concrete for Manholes, Pipe Blocking, and Pipe Encasement. Concrete for manholes, buried blocking, and encasement of pipe shall conform to the limiting requirements specified herein, except that the cement factor and total water content may be adjusted to provide a minimum compressive strength of 3,000 psi at 28 days. Concrete shall have a slump of not less than 2 inches nor more than 5 inches when placed. 2-2. MATERIALS. Cement ASTM C150, Type II only. Fly Ash ASTM C618, Class F, except loss on ignition shall not exceed 4 percent. Fine Aggregate Clean natural sand, ASTM C33. Artificial or manufactured sand will not be acceptable. (City of Lubbock (Southeast Water Reclamation Plant) 030598 (Digester No. 9 Rehabilitation ) 03301 bk (36466 ) -3- DAT JR3-Zz Coarse Aggregate Water Admixtures Water -Reducing Air -Entraining Superplasticizing Reinforcing Steel Bars Welded Wire Fabric Bar Supports Mechanical Connections Forms Crushed rock, washed gravel, or other inert granular material con- forming to ASTM C33, except that clay and shale particles shall not exceed 1 percent. Clean and free from deleterious substances. ASTM C494, Type A or D. ASTM C260. ASTM C494, Type F or G. ASTM A615, Grade 60, deformed. ASTM A185 or A497. CRSI Class 1, plastic protected; or Class 2, stainless steel protected. Erico "Cadweld T-Series" or "Lenton", or Richmond "Dowel Bar Splice System". Plywood Product Standard PS1, waterproof, resin -bonded, exterior type, Douglas fir. Lumber Straight, uniform width and thick- ness, and free from knots, offsets, holes, dents, and other surface defects. (City of Lubbock ) (Southeast Water Reclamation Plant) (Digester No. 9 Rehabilitation ) (36466 ) 030598 03301 bk -4- DAT AD 3 -,Z3 Form Coating Nonstaining and nontoxic after 30 days; Burke "Spectrum Release Agent", L&M Chemical "Debond", Master Builders "Pro -Cote", Nox- Crete "Chembetron 103", or Symons "Thrift Kote". Pre -Cure Finishing Aid Polyethylene Film Membrane Curing Compound and Floor Sealer Burke "Finishing Aid Concentrate", Euclid "Eucbar", L&M Chemical "E-Con", Master Builders "Confilm" or Sika "Sikafilm". Product Standard PS17, 6 mils or thicker. Fed Spec TT-C-800, Type I, Class 1, minimum 18 percent solids, nonyellowing, unit moisture loss 0.390 kg/m2 maximum; Grace "Sealco 800", L&M Chemical "Dress & Seal", Master Builders "Cure-N- Seal 30", ProSoCo "Kure and Seal", Sonneborn "Kure-N-Seal 0800", or Symons "Cure & Seal 18%". 2-3. PRELIMINARY REVIEW. The source and quality of concrete materials and the concrete proportions proposed for the work shall be submitted to the Engineer for review before concrete is placed. 2-4. FORMS. Forms shall be designed to produce hardened concrete having the shape, lines, and dimensions indicated on the drawings. Forms shall be substantial and sufficiently tight to prevent leakage of mortar and shall be maintained in proper position and accurate alignment. Forms for pavement, curbs, or gutters shall be made of steel and shall be supported on thoroughly compacted earth. The top face of pavement forms shall not vary from a true plane more than 1 /4 inch in 10 feet. Forms shall be thoroughly cleaned and oiled before concrete is placed. Where concrete is placed against gravel or crushed rock which does not contain at least 25 percent material passing a No. 4 sieve, such surfaces shall be covered with polyethylene film to protect the concrete from loss of water. Joints in the film shall be lapped at least 4 inches. (City of Lubbock (Southeast Water Reclamation Plant) 030598 (Digester No. 9 Rehabilitation ) 03301 bk (36466 ) -5- DAT ,4Q3-2y 2-4.01. Form Ties. Form ties shall be of the removable end, permanently embedded body type, and shall have sufficient strength and rigidity to support and maintain the form in proper position and alignment without the use of auxiliary spreaders. 2-4.02. Edges and Corners. Chamfer strips shall be placed in forms to bevel all salient edges and corners, except the top edges of walls and slabs which are to be tooled and edges which are to be buried. Unless otherwise noted, bevels shall be 3/4 inch wide. 2-4.03. Form Removal. Forms shall not be removed or disturbed until the concrete has attained sufficient strength to safely support all dead, live, and construction loads. Care shall be taken in form removal to avoid surface gouging, corner or edge breakage, and other damage to the concrete. 2-5. REINFORCEMENT. Reinforcement shall be accurately formed and positioned and shall be maintained in proper position while the concrete is being placed and compacted. Unless otherwise indicated on the drawings, the details of fabrication shall conform to ACI 315 and 318. In case of conflict, ACI 318 shall govern. Reinforcement shall be free from dirt, loose rust, scale, and contaminants. Mechanical connections shall be used only as indicated on the drawings. 2-6. BATCHING AND MIXING. Concrete shall conform to ASTM C94 and shall be furnished by an acceptable ready -mixed concrete supplier. 2-6.01. Consistency. The consistency of concrete shall be suitable for the placement conditions. Aggregates shall float uniformly throughout the mass, and the concrete shall flow sluggishly when vibrated or spaded. The slump shall be kept uniform. 2-6.02. Delivery Tickets. A delivery ticket shall be prepared for each load of ready -mixed concrete and a copy of the ticket shall be handed to the Engineer by the truck operator at the time of delivery. Tickets shall indicate the name and location of the concrete supplier, the project name, the mix identification, the quantity of concrete delivered, the quantity of each material in the batch, the outdoor temperature in the shade, the time at which the cement was added, and the numerical sequence of the delivery. PART 3 - EXECUTION 3-1. PLACEMENT. The Contractor shall inform the Engineer at least 24 hours in advance of the times and places at which he intends to place concrete. (City of Lubbock (Southeast Water Reclamation Plant) 030598 (Digester No. 9 Rehabilitation ) 03301 bk (36466 ) -6. DAT AD 3 -a5 Methods of conveying concrete to the point of final deposit and of placing shall prevent segregation or loss of ingredients. During and immediately after placement, concrete shall be thoroughly compacted and worked around all reinforcement and embedments and into the corners of the forms. Concrete shall be compacted by immersion -type vibrators, vibrating screeds, or other suitable mechanical compaction equipment. The use of "jitterbug" tampers to compact concrete flatwork will not be permitted. 3-2. FINISHING. Recesses from form ties shall be filled flush with mortar. Fins and other surface projections shall be removed from all formed surfaces, except exterior surfaces that will be in contact with earth backfill. Unless otherwise specified, unformed surfaces shall be screeded and given an initial float finish as soon as the concrete has stiffened sufficiently for proper working. Any piece of coarse aggregate which is disturbed by the float or which causes a surface irregularity shall be removed and replaced with mortar. Initial floating shall produce a surface of uniform texture and appearance, with no unnecessary working of the surface. Initial floating shall be followed by a second floating at the time of initial set. The second floating shall produce a finish of uniform texture and color and the completed finish for unformed surfaces. 3-2.01. Application of Pre -Cure Finishing Aid. Concrete flatwork subject to rapid evaporation due to hot weather, drying winds, and sunlight shall be protected with a pre -cure finishing aid. The finishing aid shall form a monomolecular film on the surface of fresh, plastic concrete to retard evaporation. Immediately following screeding, pre -cure finishing aid shall be sprayed over the entire surface of fresh, plastic concrete flatwork at a rate of not less than 200 square feet per gallon, in accordance with the manufacturer's recommendations. The spray equipment shall have sufficient capacity to continuously spray finishing aid at approximately 40 psi with a suitable nozzle as recommended by the manufacturer. The sprayable solution shall be prepared as recommended by the manufacturer. Under severe drying conditions, additional applications of finishing aid may be required following each floating or troweling, except the last finishing operation. (City of Lubbock ) (Southeast Water Reclamation Plant) (Digester No. 9 Rehabilitation ) 03301 (36466 ) -7- Ao3-a4 030598 bk DAT 3-2.02. Curb and Gutter. Curb and gutter shall be finished to the shape to match adjacent curb and gutter. After the forms have been removed, all exposed edges shall be rounded, using an edging tool with a 1/8 inch corner radius. Exposed surfaces shall be float finished and given a light broom finish applied at right angles to the curb at the time of initial set, using a horsehair broom. 3-2.03. Sidewalks. Concrete surfaces shall be screeded to the proper elevation and contour to match adjacent sidewalk. All aggregates shall be completely embedded in mortar. Screeded surfaces shall be given an initial float finish as soon as the concrete has stiffened sufficiently for proper working. Any piece of coarse aggregate which is disturbed by the float or which causes a surface irregularity shall be removed and replaced with mortar. Initial floating shall produce a surface of uniform texture and appearance, with no unnecessary working of the surface. Initial floating shall be followed by a second floating at the time of initial set. Floated surfaces shall be given a light broom finish, using a horsehair broom, to provide a nonslip surface. Brooming shall be done at right angles to the length of the walk. Sidewalks shall be edged using a 3 or 4 inch wide edging tool with a 1/8 inch corner radius. Edger lap marks at corners of each slab shall be carefully removed. False joints shall be provided at right angles to the length of the walk, using a grooving tool with 1/8 inch radius. The finished edge on each side of the joint shall be the same width as the edging tool used. False joints shall divide each sidewalk into square sections. The finished surface of all sidewalks shall be neat in appearance, shall be sloped to drain, and shall not pond water. 3-3. CURING. Concrete shall be protected from loss of moisture by water saturation or by membrane curing for at least 7 days after placement; however, when concrete is also being protected from low temperatures, the period of curing by saturation shall be 1 day less than the duration of the low temper- ature protection. Water saturation of concrete surfaces shall begin as soon as possible after initial set. Unformed surfaces shall be covered with polyethylene film, tarpaulins, or sand to retain the water. Water shall be applied as often as necessary to keep the concrete saturated for the entire curing period. Acceptable methods of water curing are described in ACI 308. (City of Lubbock ) (Southeast Water Reclamation Plant) (Digester No. 9 Rehabilitation ) (36466 ) 030598 03301 bk -8- DAT AD3-a 7 Membrane curing compound may be used instead of water curing on concrete which will not be covered later with mortar or additional concrete. Membrane curing compound shall be sprayed at a coverage rate of not more than 300 square feet per gallon. Unformed surfaces shall be covered with curing compound within 30 minutes after final finishing. If forms are removed before the end of the specified curing period, curing compound shall be immediately applied to the formed surfaces. Curing compound shall be suitably protected against abrasion during the curing period. Concrete shall be protected against freezing for at least 8 days after placement. 3-4. REPAIRING DEFECTIVE CONCRETE. Defects in concrete surfaces shall be repaired to the satisfaction of the Engineer. All concrete which is honeycombed or otherwise defective shall be cut out and removed to sound concrete, with edges cut square to avoid feathering. Concrete repair work shall conform to Article 5.3.7 of ACI 301 and shall be performed in a manner that will not interfere with thorough curing of surrounding concrete. Repair work shall be adequately cured. 3-5. FIELD CONTROL TESTING. 3-5.01. Air Content. An air content test shall be made on concrete from each batch of concrete from which concrete compression test cylinders are made. The Contractor shall provide all equipment and supplies necessary for the testing. Air content shall be determined in accordance with ASTM C231. 3-5.02. Slump. A slump test shall be made on concrete from each batch of concrete from which concrete compression test cylinders are made. Slump shall be determined in accordance with ASTM C143. 3-5.03. Test Cylinders. Compression test specimens shall be made, cured, stored, and delivered to the laboratory in accordance with ASTM C31 and C39. One set of concrete test cylinders shall be cast for each concrete pour. A set of test cylinders shall consist of four cylinders, two to be broken and to have compressive strengths averaged at 7 days, and two to be broken and to have compressive strengths averaged at 28 days. All concrete required for testing shall be furnished by, and at the expense of, the Contractor. The cured cylinders shall be tested by an independent testing laboratory at the expense of the Owner. End of Section (City of Lubbock ) (Southeast Water Reclamation Plant) 030598 (Digester No. 9 Rehabilitation ) 03301 bk (36466 ) -9- DAT Ao3-aS Section 03600 GROUT PART 1 -GENERAL 1-1. SCOPE. This section covers grouting of pump, motor, and equipment baseplates or bedplates; column baseplates and miscellaneous baseplates; and other uses of grout as indicated on the drawings. Unless otherwise specified, all grouting shall be done with nonshrinking grout. This section also covers epoxy grouting of anchor bolts, threaded rod anchors, and reinforcing bars to be installed in hardened concrete. Anchor bolts, adhesive anchors, and threaded rod anchors are covered in the anchor bolts and expansion anchors section. PART 2 - PRODUCTS 2-1. MATERIALS. Nonshrinking Grout Epoxy Grout for Reinforcing Bars and Threaded Rod Anchors Adhesive For Floors and Hori- zontal Surfaces Grace "Supreme", L&M "Crystex", Master Builders "Masterflow 713 Grout" or "Set Grout", Sauereisen Cements "F-100 Level Fill Grout", Sonneborn "Sonogrout 10K", or Five Star Products "Five Star Grout". Moisture -insensitive. Low Viscosity Master Builders "Brutem AB (Parts A & B)" or Sika " Sikadur 35, Hi -Mod LV". Medium Viscosity Master Builders "Concresive Liquid LPL" or Sika "Sikadur 32, Hi -Mod" (City of Lubbock ) (Southeast Water Reclamation Plant) 030598 (Digester No. 9 Rehabilitation ) 03600 bk (36466 ) -1- DAT AD3-RZ For Vertical Surfaces and Overhead Applications Epoxy Grout for Headed Anchor Bolts Adhesive Aggregate Water Reinforcing Bars PART 3 - EXECUTION Nonsag consistency; Master Builders "Concresive 1441" or Sika " Sikadur 31, Hi -Mod Gel". Moisture -insensitive; Master Builders "Ceilcote 648CP". As recommended by the epoxy grout manufacturer. Clean and free from deleterious substances. ASTM A615, Grade 60, deformed. 3-1. NONSHRINKING GROUT. Nonshrinking grout shall be furnished factory premixed so that only water is added at the jobsite. Grout shall be mixed in a mechanical mixer. No more water shall be used than is necessary to produce a flowable grout. 3-1.01. Preparation. The concrete foundation to receive nonshrinking grout shall be saturated with water for at least 12 hours preceding grouting unless additional time is required by the grout manufacturer. 3-1.02. Placement. Unless otherwise specified or indicated on the drawings, grout under baseplates shall be 1-1/2 inches thick. Grout shall be placed in strict accordance with the directions of the manufacturer so that all spaces and cavities below the top of baseplates and bedplates are completely filled, without voids. Forms shall be provided where structural components of baseplates or bedplates will not confine the grout. 3-1.03. Edge Finishing. In all locations where the edge of the grout will be exposed to view, the grout shall be finished smooth after it has reached its initial set. Except where shown to be finished on a slope, the edges of grout shall be cut off flush at the baseplate, bedplate, member, or piece of equipment. (City of Lubbock (Southeast Water Reclamation Plant) 030598 (Digester No. 9 Rehabilitation ) 03600 bk (36466 ) -2- DAT *5-30 3-1.04. Curing. Nonshrinking grout shall be protected against rapid loss of moisture by covering with wet cloths or polyethylene sheets. After edge finishing is completed, the grout shall be wet cured for at least 3 days and then an acceptable membrane curing compound shall be applied. 3-2. EPDXY GROUT. Epoxy grout shall consist of a two -component liquid epoxy adhesive of viscosity appropriate to the location and application, and an inert aggregate filler component, if recommended by the adhesive manufacturer. Components shall be packaged separately at the factory and shall be mixed immediately before use. Proportioning and mixing of the components shall be done in accordance with the manufacturer's recommendations. 3-2.01. Preparation. Where indicated on the drawings, anchor bolts, threaded rod anchors, and reinforcing bars shall be epoxy grouted in holes drilled into hardened concrete. Diameters of holes shall be as follows: Item Diameter of Hole Reinforcing Bars and 1/8 inch larger than the outside Threaded Rod Anchors diameter of the bar or the rod Headed Anchor Bolts Bolt diameter plus 2 inches The embedment depth for epoxy grouted anchor bolts, threaded rod anchors, and reinforcing bars shall be at least 15 bolt, rod, or bar diameters, unless otherwise indicated on the drawings. Holes shall be prepared for grouting as recommended by the grout manufacturer. 3-2.02. Installation. Anchor bolts, threaded rod anchors, and reinforcing bars shall be clean, dry, and free of grease and other foreign matter when installed. The bolts, rods, and bars shall be set and positioned and the epoxy grout shall be placed and finished in accordance with the recommendations of the grout manufacturer. Care shall be taken to ensure that all spaces and cavities are filled with epoxy grout, without voids. During assembly of all threaded stainless steel components, anti -seize thread lubricant shall be liberally applied to the threaded portion not embedded in concrete. End of Section (City of Lubbock ) (Southeast Water Reclamation Plant) (Digester No. 9 Rehabilitation ) 03600 (36466 ) -3- AD 3- 31 030598 bk DAT Section 05550 ANCHOR BOLTS AND EXPANSION ANCHORS PART 1 - GENERAL 1-1. SCOPE. This section covers cast -in -place anchor bolts, epoxy grouted anchor bolts, threaded rod anchors, adhesive anchors, and expansion anchors to be installed in hardened concrete and masonry. Additional requirements for equipment anchor bolts are covered in the General Equipment Stipulations. Adhesive for the adhesive anchors is specified herein. Epoxy grouting of anchor bolts and threaded rod anchors is covered in the grout section. 1-2. GENERAL. Unless otherwise specified or indicated on the drawings, all anchor bolts shall be cast -in -place bolts, shall have a diameter of at least 3/4 inch , and shall be straight -headed, straight with embedded nut with or without a plate, or L-shaped. Epoxy grouted anchor bolts, threaded rod anchors which are epoxy grouted, and adhesive anchors indicated or accepted instead of cast -in -place anchor bolts for equipment or structural framing shall be at least 3/4 inch in diameter. All cast -in -place anchors in grout -filled masonry shall be at least 1/2 inch but not more than 3/4 inch in diameter. All expansion anchors shall be at least 1/2 inch in diameter. Anchor bolts, threaded rod anchors, adhesive anchors, and expansion anchors shall be stainless steel. PART 2 - PRODUCTS 2-1. MATERIALS. Anchor Bolts and Nuts Stainless Steel Bolts, ASTM F593, Alloy Group 1 or 2; nuts, ASTM F594, Alloy Group 1 or 2. (City of Lubbock (Southeast Water Reclamation Plant) 030598 (Digester No. 9 Rehabilitation ) 05550 bk (36466 ) -1- DAT 403- 3a Threaded Rod Anchors and Nuts Stainless Steel Bolts, ASTM F593, Alloy Group 1 or 2; nuts, ASTM F594, Alloy Group 1 or 2. Adhesive Anchors (for concrete and grout filled masonry) System Hilti "HIT HY-150 System" or ITW Ramset/Redhead "Epcon Ceramic 6 System". Threaded Rod Anchors As specified for threaded rod and Nuts anchors. Adhesive Two -component liquid, moisture - insensitive epoxy adhesive with viscosity appropriate for the location and application. Components shall be packaged at the factory in a dual -chambered cartridge. Adhesive Anchors (for hollow masonry) System ITW Ramset/Redhead "Epcon Ceramic 6 System" or Rawlplug "Foil Fast Injection Gel System". Threaded Rod Anchors As specified for threaded rod and Nuts anchors. Adhesive Two -component liquid, moisture - insensitive epoxy adhesive with viscosity appropriate for the location and application. Components shall be packaged at the factory in a dual -chambered cartridge. Screen Tubes As recommended by the manufacturer. (City of Lubbock ) (Southeast Water Reclamation Plant) 030598 (Digester No. 9 Rehabilitation ) 05550 bk (36466 ) -2- DAT AD3- 33 Flat Washers Expansion Anchors for Concrete Reinforcing Bars PART 3 - EXECUTION ANSI B18.22.1; of the same material as anchor bolts and nuts. Hilti "Kwik-Bolt II", ITW Ramset/Red Head "Thrubolt Wedge Anchor", or Rawlplug "Rawl -Stud Anchor". ASTM A615, Grade 60, deformed. 3-1. ANCHORS. Anchor bolts shall be cast in place and, when acceptable to the Engineer or indicated on the drawings, may be epoxy grouted anchor bolts, threaded rod anchors, or adhesive anchors. Anchor bolts, threaded rod anchors, and adhesive anchors which are to be epoxy grouted shall be clean and free of coatings that would weaken the bond with the epoxy. Two nuts, a jam nut, and a washer shall be furnished for anchor bolts, threaded rod anchors, and adhesive anchors indicated on the drawings to have locknuts; two nuts and a washer shall be furnished for all other anchor bolts, threaded rod anchors, and adhesive anchors. Anti -seize thread lubricant shall be liberally applied to projecting, threaded portions of stainless steel anchor bolts, threaded rod anchors, and adhesive anchors immediately before final installation and tightening of the nuts. 3-1.01. Anchor Bolts. Anchor bolts shall be delivered in time to permit setting before the structural concrete is placed. Anchor bolts which are cast in place in concrete shall be provided with sufficient threads to permit a nut to be installed on the concrete side of the concrete form or the supporting template. Instal- lation of anchor bolts is covered in the cast -in -place concrete section. 3-1.02. Threaded Rod Anchors. When acceptable to the Engineer, threaded rod anchors may be used in locations where cast -in -place anchor bolts are specified. Adhesive for threaded rod anchors shall be as specified in the grout section. The embedment depth for threaded rod anchors shall be at least 15 rod diameters. 3-1.03. Adhesive Anchors. When adhesive anchors are indicated on the drawings, only an acceptable adhesive anchor system shall be used. Alternative anchoring systems may be used only when acceptable to the Engineer. An acceptable adhesive anchor system may be used as an alternative in locations where epoxy grouted anchor bolts and threaded rod (City of Lubbock (Southeast Water Reclamation Plant) 030598 (Digester No. 9 Rehabilitation ) 05550 bk (36466 ) -3- DAT f%,p3-31 anchors are specified or indicated. The embedment depth for adhesive anchors shall be at least 15 rod diameters. Adhesive for adhesive anchors shall be statically mixed in the field during application. All proportioning and mixing of the components shall be in accordance with the manufacturer's recommendations. When acceptable to the Engineer, adhesive anchors shall be anchored in holes drilled into hardened concrete or grout filled masonry. Diameter of holes shall be 1/16 inch larger than the outside diameter of the rod. Holes shall be prepared for insertion of the anchors by removing all dust and debris using procedures recommended by the adhesive manufacturer. Adhesive anchors and holes shall be clean, dry, and free of grease and other foreign matter at the time of installation. The adhesive shall be placed, the rods shall be set and positioned, and the adhesive shall be finished, all in accordance with the recommendations of the material manufacturer. Care shall be taken to ensure that all spaces and cavities are filled with adhesive, without voids, and remain filled with adhesive until completion of the curing period. Adhesive shall be cured in accordance with the recommendations of the adhesive manufacturer. 3-2. EXPANSION ANCHORS. When expansion anchors are indicated on the drawings, only an acceptable expansion anchor shall be used. Alternative anchoring systems may be used only when acceptable to the Engineer. Expansion anchors shall be installed in conformity with the manufacturer's recommendations for maximum holding power, but in no case shall the depth of the hole be less than six bolt diameters. The minimum distance between the center of any expansion anchor and an edge or exterior corner of concrete shall be at least six times the diameter of the bolt. Unless otherwise indicated on the drawings, the minimum distance between the centers of expansion anchors shall be at least 12 times the diameter of the bolt. Nuts and washers for expansion anchors shall be as specified for anchor bolts. Anti -seize thread lubricant shall be liberally applied to threaded stainless steel components of expansion anchors immediately before installation. (City of Lubbock ) (Southeast Water Reclamation Plant) (Digester No. 9 Rehabilitation ) (36466 ) End of Section 030598 05550 bk -a- DAT Aa3-3S or STANDARD SPECIFICATIONS REFERENCE: UL 83. CONDUCTOR: Solid, uncoated copper. Maximum operating temperature 90'C dry, 75'C wet. INSULATION: Polyvinyl chloride, UL 83, Type THHN and THWN. SHIELD: None. JACKET: Conductor. Nylon, 4 mils (100 pm) minimum thickness, UL 83. FACTORY TEsss: Cable shall meet the requirements of UL 83 for Type THHN and THWN. Cable Details Number Conductor Insulation Size of Strands Thickness' Maximum Outside Diameter AWG or mcm mm' in. PM in. mnt 12 4.0 1 or? 0.015 380 0.17 4.32 10 6.0 1 or 7 0.020 510 0.20 5.08 'The average thickness shall be not less than that indicated above. The minimum thickness shall not be less than 90 percent of the value Indicated above. A durable marking shall be provided on the surface of the cable at intervals not exceeding 24 inches (600 mm). Marking shall include manufaeturees name, THWN or THHN, conductor sae, and 600 vot. 600 Volt, Single Conductor Lighting Cable (600-1-PVC-THHN THWN) BLACK & VEATCH I Cable Data Figure 1-16050 AD3-3& STANDARD SPECIFICATIONS REFERENCE: ICEA S-66-524 (NEMA WC 7). CONDUCTOR: Concentric -lay, uncoated copper; strand Class 8. Normal maximum operating temperature 900C. INSULATION: Cross -linked thermosetting polyethylene, ICEA S-66-524, Paragraph 3.6. SHIELD: None. JACKET: None. FACTORY TESTS: Cable shall meet the requirements of ICEA S-66-524. Cable Details Number Conductor Insulation Size of Strands Thickness' Maximum Outside Diameter AWG or mcm mm, In. JIM in. mm 14 2.5 7 0.030 760 0.17 4.32 12 4.0 7 0.030 760 0.19 4.83 10 6.0 7 0.030 760 0.21 5.33 8 10.0 7 0.045 1140 027 6.56 6 16.0 7 0.045 1140 0.31 7'.87 4 25.0 7 0.045 1140 0.36 9.14 2 35.0 7 0.045 1140 0.42 10.67 1 40.0 19 0.055 1400 0.48 12.19 U0 50.0 19 0.055 1400 0.52 13.21 210 T0)(? 19 0.055 1400 0.57 14.48 410 95.0 19 0.055 1 1400 0.68 17.27 250 120.0 37 0.065 1650 0.75 19.05 350 185.0 37 0.065 1650 0.85 21.59 500 i 240.0 37 0.065 1650 0.98 24.89 750 400.0 61 0.080 2030 1.22 31.00 1.000 500.0 61 0.0$0 2030 1.37 34.80 'The average thickness shall be not less than that Indicated above. The minimum thickness shall be not less than 90 percent of the values indicated above. A durable marking shall be provided on the surface of the cable at intervals not exceeding 24 inches (600 mm). Marking shall include manufacturer's name, XLP, XHHW, conductor size, and voltage class. 600 Volt, Single Conductor Lighting/Power Cable (600-1-XLP-N0NE-XHHW) BLACK & VEATCH I Cable Data Figure 2-16050 ,,4D3-37 STANOARO SPECIFICATIONS REFERENCE: UL 62, UL 1277. CONDUCTOR: 16 AWG (1.5 mm'), 7-strand, concentneasy, uncoated copper Maximum operating temperature 90'C dry, 750C wet. INSULATION: Polyvinyl chloride, not less than 15 mrs (380 pm) average thwAness. 13 mils (330 pm) minimum thickness. UL 62, Type TFN. LAY. Twisted pair with 1-1R Inch to 2.1/2 Inch (38 10 mm - 63.5 mm) lay SHIELD: Cable assembly, combination atummum-polyester tape and 7-strand. 20 AWG (0.5 mm') minimum We. tinned copper drain wire. shield appbed to achieve 100 percent cover over insulated conductors. JACKET: Conductor. Nylon, 4 mils (100 pm) mstimum thickness, UL B2. Cable assembly: Black, flame-retardant polyvaryl chonde. UL 1277, applied over tape -wrapped cable core. CONDUCTOR One conductor black, one conductor white. IDENTIFICATION: FACTORY TESTS: Insulated conductors shad meet the requirements of UL 62 for Type TFN. Assembly jacket shall meet the requirements of UL 1277, Cable shad meet the verticatdray flame test requirements of UL 1277. Cable Details Assambty Jacket Thickness' Maximum Outside Diameter In. PM in, mm Single Pair 0.045 1140 0.34 8.64 'The average thickness shad be not less than that indicated above. The minimum thickness shad be not less than 80 percent of the value indicated above. A durable marking shad be provided on the surface of the cable at intervals not exceeding 24 Inches (SW mm). Marking shad Include manufacturers name, Type TC, Type TFN, conductor sae, single pair, and voltage class. 600 Volt, Single Pair, Shielded Instrument Cable (600SINGLE-PAIR-SH4NSTR) BLACK & VEATCH I Cable Data I Figure 4.16050 i4D3-3S P.O. Box 2000 Lubbock. Texas 79457 (806) 775-2167 • Fax (806) 775-2164 ITB #98281, Addendum #1 Office of Purchasing ADDENDUM #1 ITB #98281 SOUTHEAST WATER RECLAMATION PLANT IMPROVEMENTS TO DIGESTER NO. 9 — CONTRACT NO. 2 MAILED TO VENDOR: CLOSE DATE: December 23, 1998 January 14, 1999 @ 2:00 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. 1. Please replace the original Specifications with the new revised Bid Specifications enclosed. All requests for additional information or clarification must be submitted in writing and directed to: Questions may be faxed to or Email to: Laura Ritchie, Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 (806) 775-2164 LRitchie@mail.ci.lubbock.tx.us THANK YOU, Laura Ritchie Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID 98281 adl.doc P.O. Box 2000 Lubbock. Texas 79457 (806) 775-2167 • Fax (806) 775-2164 ITB #98281, Addendum #2 Office of Purchasing ADDENDUM #2 ITB #98281 SOUTHEAST WATER RECLAMATION PLANT IMPROVEMENTS TO DIGESTER NO. 9 - CONTRACT NO. 2 MAILED TO VENDOR: CLOSE DATE: December 30, 1998 January 14, 1999 @ 2:00 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. 1. Enclosed please find Resolution No. 6138 which states: "THAT the general prevailing rate of per diem wages for public works contracts shall be as set forth in Resolution No. 5121 enacted on March 14, 1996, except that Exhibit D to said Resolution entitled "Weekend and Holiday Rate" shall be entitled "Legal Holiday Rate" and shall read as follows: 'The rate for legal holidays shall be as required by the Fair Labor Standards Act."' 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) 775-2164 or Email to: LRitchie@mail.ci.lubbock.tx.us THANK YOU, 7 !e '(L Laura RitchieL`, ,� 1 Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID 98281 ad2.doc Resolution No. 6138 Item No. 23 December 16, 1998 RESOLUTION WHEREAS, the City Council of the City of Lubbock has heretofore established the general prevailing rate of per diem wages on public works projects in Lubbock as required by Section 2258.022 of the Government Code; and WHEREAS, such wage rates were established by Resolution No. 5121, enacted on March 14, 1996; and WHEREAS, said schedule of per diem wage rates requires a clarification with regard to Exhibit D; NOW THEREFORE: BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the general prevailing rate of per diem wages for public works contracts shall be as set forth in Resolution No. 5121 enacted on March 14, 1996, except that Exhibit D to said Resolution entitled "Weekend and Holiday Rate" shall be entitled "Legal Holiday Rate" and shall read as follows: "The rate for legal holidays shall be as required by the Fair Labor Standards Act." Passed by the City Council this 16th day a ATIIT ST: Kliythie arnell, City Secretary APPROVED AS O CONTENT: -74K Mary And ws, Director of Human Resources APPROVED AS TO FORM: G. Vandiver, First Assistant City Attorney DG V :/ccdocs/wagerate.res December 7, 1998 CITY OF LUBBOCK INVITATION TO BID FOR TITLE: SOUTHEAST WATER RECLAMATION PLANT IMPROVEMENTS TO DIGESTER NO. 9- CONTRACT NO.2 ADDRESS: LUBBOCK, TEXAS BID NUMBER: 98281 PROJECT NUMBER: 9471.8302.30000 CONTRACT PREPARED BY: PURCHASING DEPARTMENT INDEX NOTICE TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS 3. BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS 4. PAYMENT BOND PERFORMANCE BOND 6. CERTIFICATE OF INSURANCE 7. CONTRACT 8. GENERAL CONDITIONS OF THE AGREEMENT 9. CURRENT WAGE DETERMINATIONS 10. SPECIFICATIONS NOTICE TO BIDDERS NOTICE TO BIDDERS BID #98281 Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401, until 2:00 o'clock p.m. on the 14th day of January,.1999, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work Rardboig-enstr4xtio"f4the.fWip igg de ritRl, pje_gin.., "SOUTHEAST WATER RECLAMATION PLANT IMPROVEMENTS TO DIGESTER NO. 9-CONTRACT NO.2" After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing Manager and publicly read aloud. It is the sole responsibility r,f the hiririor +n inc, irc +ho+ hie hiri is nCf inihi in +hc nfrce of the Purchasinn r%nnonar 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 14th day of January. 1999, 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 ft5;000. Said statutory bonds should be issued by a company carrying a current Best Rating of B or su erior. 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 5th day of January. at 10 o'clock a.m., in the Training Room-L01, 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. 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. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings 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 (806) 775- 2281 at least 48 hours in advance of the meeting. CITY OF LUBBOCK u VICTOR KI MAN 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) 775-2167/Fax (806) 775-2164. GENERAL INSTRUCTIONS TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS The work to be performed under these Contract Documents provides for rehabilitation of existing anaerobic Digester No. 9, associated sludge pumping system components, gas piping and gas mixing system components, electrical modifications, and related piping systems. Minor improvements will also be performed at existing Digesters No. 6 and No. 7. CONTRACT DOCUMENTS All work covered by this contract shall be done in accordance with contract documents described in the General Conditions. All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 3. PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge of forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders. 4. 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) 775-2164 TIME AND ORDER FOR COMPLETION The construction covered by the contract documents shall be fully completed within 200 (TWO HUNDRED) 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 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. 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 fart that the Qnpr Ifi/`atll nq ma%/ film fn ha C_ I Iffi!'.IAfltly rnrnnlPtP in -znmP It Ptall Will not rP,.IIPve, 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. 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). Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants the year 2000 calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 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. 13. PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures 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. 14. BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 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 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 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 work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress 17. INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all 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. 4 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 Day. and net Day. 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. 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. 20. 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. 21. 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 furnish 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. 22. 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. 0) 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. H BID SUBMITTAL BID SUBMITTAL LUMP SUM BID CONTRACT PLACE: Lubbock, Texas DATE: January 21, 1999 PROJECT NUMBER: #98281 — SOUTHEAST WATER RECLAMATION PLANT IMPROVEMENTS TO DIGESTER NO. 9-CONTRACT NO.2 Bid of Red River Construction Co. (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 Southeast Water Reclamation Plant Improvements to Digester No. 9 — Contract No. 2, Bid #98281 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 in Exhibit "A". The bidder binds himself on acceptance of his proposal to execute a Contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated in Exhibit "A" of this proposal. Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project within 200 (TWO HUNDRED) consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $1000.00 (ONE THOUSAND DOLLARS) for each consecutive calendar day in excess of the time set forth hereinabove for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 21 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within (ten) 10 days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for _ not applicable Dollars ($ n/a 1 or a Bid Bond in the sum of five percent of amount bid Dollars ($ 5% amt bwhich it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidder Authorized Signature Dean Porter (Printed or Typed Name) Red River Construc Company 1506 Capital Avenue, Spite 200 Address Plano. Cn17in [:minty City, County Texas 75074 State Zip Code Telephone: 972 - 578-0127 Fax: 972 - 578-1043 (Seal if Bidder is a Corporation) `ATTEST: Secretary Vicki Porter Bidder acknowledges receipt of the following addenda: Addenda No. 1 Date 12 / 23 98 Addenda No. 2 Date 12/30/98 Addenda No. 3 Date 1 / 7 / 99 Addenda No. 4 Date 1 / 7 / 99 Addenda No. 5 Date 1/11/99 EXHIBIT "A" ITEM NO. 1 (BASE BID): All work, plant, and material required to complete the project as specified and as indicated on the drawings, but excluding Item 2. MATERIALS: SERVICES: TOTAL ITEM NO. 1 (BASE BID): t_IZ l WO t�►J i� oJ�1" $ lT2.q , o�0„O� ITEM NO. 2: TRENCH PROTECTIVE SYSTEMS: All labor, equipment, and materials associated with preparation, implementation of trench protective systems as specified. MATERIALS: i� urn u ra e.� �D+-• �i�`� _ $ r-Dnn , no SERVICES: Owe— ,�i.}U,�Sd-►�.1^C7 i L1.4 5 $ 1 I000 1 0O TOTAL ITEM NO. 2 BID: I1 _1�OUSI}V•it� 1 l�J� W1D-'I�t t.6.K� $ I tFJ�C� �� TOTAL BID (ITEMS NO. 1 AND NO. 2): IvMIYar� IT AN�v�D��a'testr^J©o,OC) MATERIALS SERVICES: TOTAL BID ITEM NO. 3: (DEDUCTIVE BID ALTERNATIVE NO. 1): ON -SITE DISPOSAL OF DIGESTER NO. 9 SLUDGE: The amount to be deducted from the BASE BID (Item No. 1 above), including all labor, equipment, and materials for on -site disposal of sludge removed from Digester No. 9 and disposed in the City's sludge drying beds in lieu of trucking offsite to landfill, as defined in Specification Section 13231. MATERIALS: ti� t''�EN V�ol�i6ND 1.�(�•1-.�4Y� $ I , DOLT SERVICES: f:�Ic-,Wry �IVrE-��1ov�i�v lt� i/�1.1.�.R� $ 12)1�) ,C)W . Cc) TOTAL ITEM NO. 3 BID (DEDUCT): (�f.y►Ji�2�h�:Ttn1/ �/c�LA,&$ I CZ) , DEC ,DD LIST OF SUBCONTRACTORS Minority Owned Yes No 2. a7lc E--O*T- �; c- F;nut;k 4. 5. ❑ ❑ 6. 7. 8. 9. 10 4 QUESTIONAIRE Each bidder shall enter in the spaces provided the names of the manufacturers of equipment which bidder proposes to furnish. Not more than one manufacturer's name shall be listed for each item of equipment. Upon award of a contract, the named equipment shall be furnished. Substitutions will be permitted only if named equipment does not meet the requirements of the contract documents, the manufacturer is unable to meet the delivery requirements of the construction schedule, or the manufacturer is dilatory in complying with the requirements of the contract documents. Substitutions shall be subject to concurrence of the Owner and shall be confirmed by Change Order. Preliminary acceptance of equipment listed by manufacturer's name shall not in any way constitute a waiver of the specifications covering such equipment; final acceptance will be based on full conformity with the contract documents. Failure to furnish all information requested in the Questionaire may be cause for rejection of the Bid. Equipment �} Manufacturer 1. Horizontal End Suction I �' Centrifugal Torque Flow Pumps CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT ' To Be Completed by Bidder And Attached to Bid Submittal I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified Insurance Agent/Broker, If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this laid/Proposal. Red River Construction Company, Inc. Contractor (Signature) Contractor (Print) Dean Porter CONTRACTOR'S NAME: Red River Construction Companv_,_Inc. „- (Print or Type ) CONTRACTOR'S ADDRESS: 1506 Capital Ave. #200 Plano, TX 75074 Name of Agent/Broker: William Lawrence Brown Address of Agent/Broker: 206 E Bch St. #210 City/StatW.Zp: Ft Worth, Texas 76102 �j Agent/Broker Telephone Number: ( 817 ) 336-8520 Date: January► 14, 1999 NOTE TO CONTRACTOR If the time requirement specified above 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) 775-2165. BID #98281 -- SOUTHEAST WATER RECLAMATION PLANT IMPROVEMENTS TO DIGESTER No. 9- CONTRACT NO.2 6 Bid Bond Surety Department KNOW ALL MEN BY THESE PRESENTS, That we, Red River Construction Company, Inc., as Principal, hereinafter called the Principal, and the Far West Insurance Compny, a Corporation created and existing under the laws of the State of Nebraska, whose principal office is in Calabasas, CA, as Surety, hereinafter called the Surety, are held and fimnly bound unto the Cily of Lubbock, Texas, as Obligee, hereinafter called the Obligee, in the sum of Five Percent (5%) of the amount bid Dollars (�-----------), for the payment of which sum, well and truly to be made, the said Principal and the said Surety, bind n-rcelves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Whereas, the Principal has submitted a bid for Southeast Water Reclamation Plant Improvements to Digester No. 9 - Contract a2 Bid #98281 NOW THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligec the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and scaled this 2Ud day of JanuaLry, A.D. I M. Witness: d4l J By: By Sheryl athey, V ess Witness: Form S-3266-4 Printed in U_S_A. 12-70 Red River Construction Company, Inc. (Principal) —, ---�. (SEAL) Dean Porter, Chairman/Treasurer Far We9t ImuraQnce Cam W. Lawrence Brown, Attomey-in-Fact !SEAL LIMITED POWER OF ATTORNEY Amwest Surety Insurance Company Far West Insurance Company Expiration Date: 06/10/00 POWER NUMBER 0000901672 This document is printed on white paper containing the artificial watermarked logo ( A ) of Amwest Surety Insurance Company on the front and brown security paper on the back. Only unaltered originals of the Limited Power of Attorney ("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 Nebraska and is only valid until the expiration date. Amwest Surety Insurance Company and Far West Insurance Company (collectively 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 concemed about the validity of this POA or an accompanying Company bond should call your local Amwest branch office at (972) 503-6925 KNOW ALL BY THESE PRESENT, that Amwest Surety Insurance Company, a Nebraska corporation and Far West Insurance Company, a Nebraska corporation 'collectively the "Company"), do hereby make, constitute and appoint: Tobin Tucker Tracy Tucker W. Lawrence Brown As Employees of TUCKER AGENCY, INC. its true and lawful Attorney -in -fact, with limited power and authority for and on behalf of the Company as surety to execute, deliver and affix the seal of the company thereto if a seal is required on bonds, undertakings, recognizances, reinsurance agreement for a Miller Act or other performance bond or other written obligations in the nature thereof as follows: All Bonds up to $5,000,000.00 and to bind the company thereby. This appointment is made under and by authority of the By -Laws of the Company, which are now in full force and effect. 1, the undersigned secretary of Amwest Surety Insurance Company, a Nebraska corporation and Far West Insurance Company, a Nebraska corporation, DO HEREBY CERTIFY that this Power of Attorney remains in full force and effect and has not been revoked and furthermore, that the resolutions of the Board of Directors of both Amwest Surety Insurance Company and Far West Insurance Company set forth on this Power of Attorney, and that the relevant provisions of the By -Laws of each company, are now in full force and effect. Bond No. Signed & sealed this Z' day of u' 19 Karen G. Cohen, Secretary ***************** RESOLUTIONS OF THE BOARD OF DIRECTORS ********************** * * * * * This POA is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the Board of Directors of Amwest Surety Insurance Company at a meeting duly held on December 15, 1975 and Far West Insurance Company at a meeting duly held on July 28, 1983: RESOLVED, that the President or any Vice President, in conjunction with the Secretary or any Assistant Secretary, may appoint attorneys -in -fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the Company, to execute and deliver and affix the seal of the Company to bonds, undertakings, recognizances, and suretyship obligations of all kinds; and said officers may remove any such attorney -in -fact or agent and revoke any POA previously granted to such person. RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and bind upon the Company: 0) when signed by the President or any Vice President and attested and sealed (if a seal be required) by any Secretary or Assistant Secretary; or (ii) when signed by the President or any Vice President or Secretary or Assistant Secretary, and countersigned and sealed (if a seal be required) by a duly authorized attorney -in -fact or agent; or (iii) when duly executed and sealed (if a seal be required) by one or more attorneys -in -fact or agents pursuant to and within the limits of the authority evidenced by the power of attorney issued by the Company to such person or persons. RESOLVED FURTHER, that the signature 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 delivery 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 and Far West Insurance Company have caused these present to be signed by its proper officers, and its corporate seals to be hereunto affixed this 12th da December, 1211* John E. Savage, Presidefit. Karen G. Cohen, Secretary State of California County of Los Angeles On December 12, 1997 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 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(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS myP and official seal. "y INS("9""I U RA ACM COrtNfflllrOflilmm6i ,,4 OV POgq 9y*: ' ��Jpr oq �'� =_Sr�znature (Seal6) �� � � Q 6 O n `: ' /.: 60 9�,CIO- 1— °s8y ury u ¢ M CowtV C i:10a Aug b,1094 = DEC.14, F ice; W? DEGt!, ^,1 to::.� Z 1995 !0_,y 1995 vd. FQRAs as : CybZFeRAgk ,'da 5230 Las Virgenes Road Calabasas, CA 91302 TEL 818 871-2000 r r PAYMENT BOND BOND CHECK BEST RATING f LICEN E IN T • S nAT BY STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) Bond #1363025 Red River Construction Company, Inc. KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and Far West Insurance Company (hereinafter called the Surety(s as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of TRZ,Nll iup iinnflM ed dine �nnourDollars ($1,294,500.00 ) 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 severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 11 thday of February 1999 to Southeast Water Reclamation Plant Improvements to Digester No. 9- Contract No. 2 and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 11th day of February 19 99 . Red River Construction Far West Insurance Company Company, Inc. Surety Principal By By: (Title)-' a iy cer, Attorney -in -Fact (Titlehean Porter, Chairman By: (Title) By: (Title) The undersigned 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. Far West Insurance Company Surety '16T )_ ur_ker At orney-in-Fact Approved as to form: City of Lubbock City Attorney Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. REiNSURANCE AGREEMENT IN FAVOR OF 1. Direct Wr1dng Company 1A. Date Direct Writing Company Executes This Agreement February 11, 1999 FAR WEST INSURANCE COMPANY 5230 LAS VI RGENES ROAD 1B. state of Incorporation CALABASAS, CA 91302 NEBRASKA 2. Reinsuring Company 2A. Amount of This Reinsurance $794,500.00 AMWEST SURETY INSURANCE COMPANY 2B. pate Reinsurance Company Executes This Agreement 5230 LAS VIRGENES ROAD CALABASAS, CA 91302 February 11, 1999 2C. State of Incorporation NEBRASKA 3A. Description of Bond (type, Purpose, et-) 38. Penal Sum of Bond including Obliges $1,294,500.00 Performance/Payment bond for Southeast Water Reclamation Plant 3C• Data of Bond Improvements to Digester No. 9— February 11, 1999 Contract No. 2 3D. Bond Number 1363025 3G. Description of Obligee 3E. Principal City of Lubbock, Texas Red River Construction Company, Inc. P 0 Box 2000 1506 Capital Ave. #200 Lubbock, TX 79457 Plano, TX 75074 3F. State of Incorporation (If Corporate Prfnefpao Texas AGREEMENT: (a) The Direct Writing Company named above is bound as a surety to the above -named obligee, on the bond described above, wherein the above - named is the principal. The bond is given for the protection of the obligee and the Direct Writing Company has applied to the above Reinsuring Company to be reinsured and counter -secured in the amount shown opp^sibs the name of the Reinsuring Company (referred to as the 'Amount of this Reinsurancel, or for whatever amount leas than the 'Amount of this Reinsurance' the Direct Writing Company is liable to pay under or by virtue of the bond. (b) For a sum mutually agreed upon, paid by the Direct Writing Company to the Reinsuring Company whlch acknowledges its receipt, the parties to this Agreement covenant and agree to the terms and conditions of this agreement. TERMS AND CONDITIONS: The purpose and intent of this agreement Is to guarantee and Indemnify the obligee against loss under the bond to the extent of the 'Amount of this Reinsurance; or for any less, sum than the 'Amount of this Reinsurance; that Is owing and unpaki by the Direct Writing Company to the obligee. THEREFORE: (1) if the Dksct Writing Company falls to pay any default under the bond equal to or in excess of the 'Amount of this Reinsurance; the Reinsuring Company covenants and agrees to pay to the obligee the Amount of this Reinsurance.' If the Direct Writing Company falls to pay to the oblldee any default for a sum less than the 'Amount of this Reinsurance the Reinsuring Company covenants and agrees to pay to the obliges the full amount of the default, or so much thereof that is not paid to the obligee by the Direct Writing Company. (2) The Reinsuring Company further covenants and agrees that In case of default on the bond for the 'Amount of this Reinsurance,' or more, the obligee may sue the Reinsuring Company for the 'Amount of this Reinsurance' or for the full amount of the default wtren the default is lass than the "Amount of this Reinsurance.' WITNESS: The Direct Writing Company and the Reinsuring Company, respectively, have caused this Agreement to be signed and impressed with thalr respective corporate seals by officers possessing power to sign this Instrument, and to be duly attested to by officers empowered therebo, on the day and data above written opposite their respective names. 1 4.oirasxwnunguompany Far West Insurance Company nature Tracy Tucker, Attorney -in -Fact Roberta H. Erb, Witness cofpol aN3 Seat S.RainsurtngCompany Amwest Surety Insurance Company 5A. (1) Signature (2) Wi ss - Signature �! Corporate 68. i e d (21 Name and 'title (typed) Seat Tracy Tuc er, Roberta H. Erb, Attorney -in -Fact Witness LIMITED POWER OF ATTORNEY Amwest Surety Insurance Company Far West Insurance Expiration Date: 07/27/00 POWER NUMBER 0000915873 This document is printed on white paper containing the artificial watermarked logo ( *4 ) of Amwest Surety Insurance Company on the front and brown security paper on the back. Only unaltered originals of the Limited Power of Attorney ("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 Nebraska and is only valid until the expiration date. Amwest Surety Insurance Company and Far West Insurance Company (collectively 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 (972) 503-6925 KNOW ALL BY THESE PRESENT, that Amwest Surety Insurance Company, a Nebraska corporation and Far West Insurance Company, a Nebraska corporation (collectively the "Company"), do hereby make, constitute and appoint: Tobin Tucker Tracy Tucker W. Lawrence Brown As Employees of TUCKER AGENCY, INC. its true and lawful Attomey-in-fact, with limited power and authority for and on behalf of the Company as surety to execute, deliver and affix the seal of the company thereto if a seal is required on bonds, undertakings, recognizances, reinsurance agreement for a Miller Act or other performance bond or other written obligations in the nature thereof as follows: All Bonds up to $5,000,000.00 and to bind the company thereby. This appointment is made under and by authority of the By -Laws of the Company, which are now in full force and effect. 1, the undersigned secretary of Amwest Surety Insurance Company, a Nebraska corporation and Far West Insurance Company, a Nebraska corporation, DO HEREBY CERTIFY that this Power of Attorney remains in full force and effect and has not been revoked and furthermore, that the resolutions of the Board of Directors of both Amwest Surety Insurance Company and Far West Insurance Company set forth on this Power of Attorney, and that the relevant provisions of the By -Laws of each company, are now in full force and effect. Bond No. 1363025 Signed & sealed thisl 1 th day of February 19 99 Karen G. Cohen, Secretary ***************** RESOLUTIONS OF THE BOARD OF DIRECTORS ********* * ************ * * * * * This POA is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the Board of Directors of Amwest Surety Insurance Company at a meeting duly held on December 15, 1975 and Far West Insurance Company at a meeting duly held on July 28, 1983: RESOLVED, that the President or any Vice President, in conjunction with the Secretary or any Assistant Secretary, may appoint attomeys-in-fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the Company, to execute and deliver and affix the seal of the Company to bonds, undertakings, recognizances, and suretyship obligations of all kinds; and said officers may remove any such attorney -in -fact or agent and revoke any POA previously granted to such person. RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and bind upon the Company: (i) when signed by the President or any Vice President and attested and sealed (if a seal be required) by any Secretary or Assistant Secretary; or (ii) when signed by the President or any Vice President or Secretary or Assistant Secretary, and countersigned and sealed (if a seal be required) by a duly authorized attomey-in-fact or agent; or (iii) when duly executed and sealed (if a seal be required) by one or more attorneys -in -fact or agents pursuant to and within the limits of the authority evidenced by the power of attorney issued by the Company to such person or persons. RESOLVED FURTHER, that the signature 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 delivery 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 and Far West Insurance Company have caused these present to be signed by its proper officers, and its corporate seals to be hereunto affixed this 12th da December, 199 9, �! or John E. Savage, Preside t Karen G. Cohen, Secretary State of California County of Los Angeles On December 12, 1997 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 name(s) is/are subscribed to the within instrument and acknowledged to me all that helshe/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrarxnt the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my d and official seal. PEr Y&WffCN " `-� Comn11f1ellm i106M �y \NS(jR'•.,, "SU RqN C.'`, IU �1Dftlry F�i�iC — COY1i0R1b PPoq 9y PpOq Signature (Seal) v0 9A O 2 . GC q j .I. . rcBCY e t » Wbi c' im hVe1m C.ou* �;= oir^ _ € .z v_n ` qVI Comm. E><pkmALp6.1094 r/!i4 DEC.14, ;_-tL: DEC.14, O 1995 '�` 1995 5230 Las Virgenes Road Calabasas, CA 91302 TEL 818 871-2000 r F. 1� PERFORMANCE BOND 1� .0 : � . D CHECK _ BEST RATING LICEN ' D I (AS DATE Y STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) Bond #1363025 Red River Construction Company, Inc. KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and Far West Insurance Company (hereinafter called the Surety(s�, as Surety(s�, are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee),in the amount o e 11ioP�Twn� un Ninety Four_Thous 1 294 5� f ;„. „n ��$ ______ __ 3$Ilars ($ 0.00 ) 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 severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated thellth day of February ,1999,to Southeast Water Reclamation Plant Improvements to Digester No. 9- Contract No. 2 and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 11th day of February , 19 99 -" Far West Insurance Company Surety 13 -- e ty4cy ucker, Attorney -in -Fact Red River Construction Comvanv. Inc. Principal �-�--� By; (Title) Dean Porter, Chairman By: (Title) By: (Title) The undersigned 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. Far West Insurance Company Surety ay: cy Tucker ttorney-in-Fact Approved as to Form City of Lubbock ``-- By:� City Attorney Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. CERTIFICATE OF INSURANCE CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: February 22, 1999 P.O. BOX 2000 LUBBOCK, TX 79457 TYPE OF PROJECT: Bid #98281 - Southeast Water Reclamation Plant Improvements to Digester NO. 9 - Contra Red River Construction Co., Inc. #2 THIS IS TO CERTIFY THAT 1506 Capital Ave., #200, Plano, TX 75074 (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY Cf Commercial General Liability General Aggregate $ 2,000,000 L7 Claims Made 1075504121 8-30-98 8-30-99 Products-Comp/Op AGG $ 2,000,000 Or Occurrence Personal & Adv, Injury $ 1,000,000 ❑ Owner's & Contractors Protectiv Each Occurrence S 1,000,000 x per )roject aggregate Fire Damage (Any one Fire) $100,000 Med Exp (Any one Person) $10,000 AUTOMOTIVE LIABILITY IX Any Auto Combined Single Limit S 1,000,000 ❑ All Owned Autos Bodily Injury (Per Person) $ 0 Scheduled Autos 1075504135 8-30-98 8-30-99 Bodily Injury (Per Accident) Dt Hired Autos Property Damage S D< Non -Owned Autos Ll GARAGE LIABILITY CI Any Auto Auto Only - Each Accident $ ❑ Other than Auto Only: Each Accident $ Aggregate $ Y BUILDER'S RISK 100% of the Total Contract Price 1075504801 8-30-98 8-30-99 $ 3,000,000 U INSTALLATION FLOATER S 3,000,000 EXCESS LIABILITY DC Umbrella Form 1075504152 8-30-98 8-30-99 Each Occurrence $ 2,000,000 Aggregate $ 2,000,000 Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ J� Included 1075489023 8-30-98 8-30-99 Statutory Limits Partners/Executive D Excluded Each Accident $ 1,000,000 Officers are: Disease Policy Limit $ 1,000,000 Disease -Each Employee S 1, 0 00, 00 OTHER City of Lubbock is recognized as Additional Insured on General Liability and Automobile Liability policies. Waiver of Subrogation in favor of City of Lubbock. The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the Insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or In case there is no legal requirement, In less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE MUST BE SENT TO THE CITY OF LUBBOCK CNA Insurance Companies amInsurer) `� By: Too bin Tu — Ucl Title: Authorized Representative CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: February 22, 1999 P.O. BOX 2000 LUBBOCK, TX 79457 TYPE OF PROJECT: Bid #98281- Southeast Water Reclamation Plant Red River Construction Co., Inc. Improvements to Digester No. 9 - Contrac THIS IS TO CERTIFY THAT 1506 Capital Ave., #200, Plano, Tx 75074 (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY i ❑ Commercial General Liability General Aggregate $ 1,000,000 Claims Made Products-Comp/Op AGG $ ❑ Occurrence Personal & Adv. Injury $ Dt Owners & Contractors Protectiv, Binder 2-22-99 2-22-2000 Each Occurrence $ 1,000,000 Fire Damage (Any one Fire) Med Exp (Any one Person) $ AUTOMOTIVE LIABILITY ❑ Any Auto Combined Single Limit $ ❑ All Owned Autos Bodily Injury (Per Person) $ ❑ Scheduled Autos Bodily Injury (Per Accident) $ ❑ Hired Autos Property Damage $ ❑ Non -Owned Autos GARAGE LIABILITY ❑ Any Auto Auto Only - Each Accident $ ❑ Other than Auto Only: Each Accident $ Aggregate $ ❑ BUILDER'S RISK ❑ 100% of the Total Contract Price$ ❑ INSTALLATION FLOATER $ EXCESS LIABILITY Umbrella Form Each Occurrence $ Aggregate $ U Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ Included Statutory Limits Partners/Executive Excluded Each Accident $ Officers are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or In case there is no legal requirement, In less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE CNA Insurance Companies MUST BE SENT TO THE CITY OF LUBBOCK (Name of Insurer By: Tobin • �uAA_ Title: Authorized Representative CONTRACTOR CHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; x (2) provide a certi`ca:s --�.aIC&U—Z . z;- �n g 4v -;:�. -�,:c.. ".�.. -:.verage to the Bove-....._^:s! entity prior to beginning work on the project; x (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; x (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; x (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; x (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; x (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: REQUIRED_W.QRKERS' COMPENSATION COVERAGE :.._ .... �!si= w"� ,. `•i_f' ;C:=ti': he' � i A.. _ '.. - .._ `-,�yft!•tia!•p,.• r. n.... "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 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 x (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 am untsa"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. CONTRACT CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 11"day of February 1999 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and Red River Construction Com ag_ny, Inc. of the City of Plano, 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 #98281 — SOUTHEAST WATER RECLAMATION PLANT IMPROVEMENTS TO DIGESTER NO. 9- CONTRACT NO.2 - $1,294,500.00 and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the 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. APP OVA S/TO CONTENT - Owner's Representative APPRO ED AS TO FORM: City Attorney ATTEST: Corporate Secretary Vicki Porter r tl/PM .�XA'01;-W�M . " MA CONTRACTOR: RED RIVER` CONSTRUCTION COMPANY, INC. By: \ - PRINTED NAME: Dean Porter TITLE: Chairman/Treasurer COMPLETE ADDRESS: Red River Construction Company, Inc. 1506 Capital Avenue, Suite 200 Plano, Texas 75074 GENERAL CONDITIONS OF THE AGREEMENT GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit RED RIVER CONSTRUCTION COMPANY. INC. who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative CHESTER "CHES" CARTHEL. CHIEF ENGINEER, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6, SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. i WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 8. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. a. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. III. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES All lines and grades shall be furnished by the Owner's Representative whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such st9ppage may be necessary to insure the proper execution of the contract. The Owner's Representative shall, in aij cases, fgit#fas�raod_giftiesaf ##�g,y�ral kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provirtari hPrPin anv nnrt Al ohiartinn or nhiPrtinns shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractorshall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF 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 Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation 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 such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's 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 lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C)(1). If Contractor does not notify Owner's Representative prior to the commencement any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the 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. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the bids are received, and if no such notice is received by the Owner's Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative prior to bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the 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 its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, Clnimc 7n l/nr roi iccc of Ortinn Whathar Irnnwn nr „nlrnn,e,n fivcri arts ini arm iari nr contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver.. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. 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. 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...._.._.. a�r.�::{-.µ�:�s Advertising Injury 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, $500,000 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/Installation Floater Insurance The Contractor shall obtain a Builder's Risk policy in the amount of 0% 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. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC- 83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to 8 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 oiyerpgaaft§;,Mich rnee#s-,j�,st�tutory 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. 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. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the 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: 9 (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the nrnvisinn of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the 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. 10 (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage snuwiriq emu bion of uoNierage, r, me coverage period shown on me Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: 11 REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 5IV440-3789 to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage;" and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (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; 12 (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate anaincf n ni ialifed inrihArii ml with n riicahiiih, because of the di. bilih, �f Such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN, AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 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, in addition to any statutory retainage rights it may have, 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. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to bidding. 13 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its officers; agents; and of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or reg nations - char be. deemed waived If th? Contractor its PmpinvePs or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising 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. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND 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 documents, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $1,000 (ONE THOUSAND 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 working day that the Contractor shall be in default after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 14 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work 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 tie substarttisySpLe#ed;s awhplPaMd:_ir3_.para-cQrgance_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 its 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 pf cijrh fimPc ac may rQacnnahfv ha rpmiPctad hv_ the Owner's RenrPCPntativa; schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its 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 locatity,--and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are 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. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 15 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 16 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) 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, in the amount withheld, payment shall be made for amounts withheld because of them. 17 47, CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final navment shall be a bar to anv and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed 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. 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. 18 In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety if applicable fail to oav the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies which remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The 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. 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. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 19 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. ..._._.. �(t�*`~`:"''_; �`e:r=►•:�:.K..-��,=__ �.s 1. ._.- -_- '"Iles?!'y,... ten., 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall he sustained and borne by the Contractor at his mein cost and expense_ 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserveli -and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 20 CURRENT WAGE DETERMINATIONS Resolucion \i_•..5121 March 14, 1996 Item #19 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 Februar; 12, 1981, updated by Resolution No. 1590 enacted February 23, 1984, and further updated bN Resolution No. 2502 enacted January 8. 1987; and WHEREAS, such rates need to be updated at the present time in order to reflect the current prevailing rate of per diem wages; NOW THEREFORE: BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the general prevailing rate of per diem wages for public works contracts shall t as set forth in the following named exhibits, which exhibits shall be attached hereto and made a part hereof for all intents and purposes: Exhibit A: Building Construction Trades Exhibit B: Paving and Highway Construction Exhibit C. Overtime Rate Exhibit D: Weekend and Holiday Rate Such wage rates are hereby found and declared to be the general prevailing rate of per diem wages in all localities where public works are undertaken on behalf of the City of Lubbock ar such wage rates shall be included in all public works contracts as provided by law. Passed by the City Council this 14th ATTEST: &,t,- L 1 42 1. 1 Berry M. Anson, City Secretary APPROVED AS TO CONTENT: Mary AndrYws, Managing Director of Human Resources APPROVED AS TO FORM: Hatold Willard, Assistant City Attorney H W : da/ccdocs/ pubworks. res February 14, 1996 7 1996. I*A:lg:l City of Lubbock Building Construction Trades Prevailing Rates Craft Hourly 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 Eger 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 4:11: Paving and Highway Construction Prevailing Wage Rates Craft Hourly Rate Asphalt Heaterman 6.00 Asphalt Shoveler 5.50 Concrete Finisher 7.35 Concrete Finisher -Helper 5.75 Electrician 10.50 Flagger 5.50 Form Setter 6.50 Form Setter -Helper 5.50 Laborer -General 5.50 Laborer -Utility 6.25 Mechanic 7.25 Mechanic -Helper 5.50 Power Equipment Operators Asphalt Paving Machine 7.00 Bulldozer 7.00 Concrete Paving Machine 7.00 Front End Loader 6.50 Heavy Equipment Operator 7.00 Light Equipment Operator 6.50 Motor Grader Operator 8.50 Roller 6.00 Scraper 6.50 Tractor 6.50 Truck Driver -Light 6.00 Truck Driver -Heavy 6.50 Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) is 1 1/2 times base rate. 1 *A: 11:y � Prevailing Wage Rates Weekend and Holiday Rate The mite for weekend and holiday is 1 1/2 times base rate. r SPECIFICATIONS _1 SPECIFICATIONS AND DOCUMENTS LUBBOCK, TEXAS SOUTHEAST WATER RECLAMATION PLANT CONTRACT NO. 2 - IMPROVEMENTS TO DIGESTER NO. 9 BLACK & VEATCHLLP Dallas, Texas Project No. 36466 1998 Specifiers: DAT, AR, WML, JRV DAVID A. TIMMERMANN„ 0 ..... .... ..:. 65779r l \Sea `G �:E`\ CITY OF LUBBOCK, TEXAS SOUTHEAST WATER RECLAMATION PLANT CONTRACT NO. 2 - DIGESTER NO. 9 REHABILITATION TABLE OF CONTENTS Subject SPECIFICATIONS SPECIAL CONDITIONS DIVISION 1 - GENERAL REQUIREMENTS 01015 Project Requirements 01300 Submittals 01400 Quality Control 01500 Temporary Facilities 01610 General Equipment Stipulations 01620 Equipment Schedule 01640 Valve Schedule DIVISION 2 - SITEWORK - 02200 Earthwork DIVISION 3 - CONCRETE 03301 Concrete 03600 Grout 03700 Concrete Repair DIVISION 4 - MASONRY - Not Used DIVISION 5 - METALS 05550 Anchor Bolts and Expansion Anchors 05990 Structural and Miscellaneous Metals Pages SC-1 : SC-9 1 : 12 1:9 1 :3 1 :4 1 :4 1 : 13 (City of Lubbock ) (Southeast Water Reclamation Plant ) 102898 (Digester No. 9 Rehabilitation ) TC-1 bk (36466 ) DAT TABLE OF CONTENTS (Continued) Subiect Pages DIVISION 6 - WOOD AND PLASTICS - Not Used DIVISION 7 - THERMAL AND MOISTURE PROTECTION 07210 Digester Roofing Insulation 1 : 3 07900 Caulking 1 :3 DIVISION 8 - DOORS AND WINDOWS 08112 Stainless Steel Doors 1 : 5 08700 Finish Hardware 1 : 4 DIVISION 9 - FINISHES 09900 Painting 1 :17 DIVISION 10 - SPECIALTIES 10300 Louvers 1 :2 10990 Miscellaneous Specialties 1 : 2 DIVISION 11 - EQUIPMENT 11116 Horizontal End Suction Centrifugal Torque 1 : 8 Flow Pumps 11185 Submersible Sump Pumps 1 : 5 11336 Digester Gas Control Equipment 1 : 3 DIVISION 12 - FURNISHINGS - Not Used DIVISION 13 - SPECIAL CONSTRUCTION 13231 Digester Cover Coating & Rehabilitation 1 : 8 13400 Instrumentation 1 : 10 DIVISION 14 - CONVEYING SYSTEMS - Not Used (City of Lubbock ) (Southeast Water Reclamation Plant ) 102898 (Digester No. 9 Rehabilitation ) TC-2 bk (36466 ) DAT TABLE OF CONTENTS (Continued) Subiect P DIVISION 15 - MECHANICAL 15060 Miscellaneous Piping 1 : 16 15061 Cast Iron Pipe 1 : 9 15100 Miscellaneous Valves 1 : 9 15102 Eccentric Plug Valves 1 : 11 15130 Pressure Gauges 1 : 4 15140 Pipe Supports 1 : 9 15140 Pipe Supports Supplement 1 : 1 15400 Plumbing 1 :6 1 15500 Ventilating 1 :16 DIVISION 16 - ELECTRICAL 16050 Electrical 1 :21 (City of Lubbock ) (Southeast Water Reclamation Plant ) 102898 (Digester No. 9 Rehabilitation ) TC-3 bk (36466 ) DAT SPECIAL CONDITIONS SC-1. CONTRACTOR'S INSURANCE. The Consulting Engineer shall be included as an additional insured on the Contractor's General Liability, Comprehensive Automobile Liability, Builder's Risk Insurance/Installation Floater, and Umbrella or Excess policies. Contractor shall provide a Certificate of Insurance to Consulting Engineer, evidencing such endorsement prior to the start of any Work at the project site. SC-2. SPECIFICATIONS. The Specifications which govern the materials and equipment to be furnished and the Work to be performed under this Contract are listed in the Table of Contents at the beginning of this volume. SC-3. DRAWINGS. The Contract Drawings consist of 14 sheets. Sheet titles are listed on Sheet 1 of the Drawings. In addition, each sheet bears the following general title: LUBBOCK, TEXAS SOUTHEAST WATER RECLAMATION PLANT DIGESTER NO. 9 IMPROVEMENTS The Drawings referred to above are supplemented by drawings bound in the Specifications and listed in the Table of Contents. SC-4. CONSULTING ENGINEER. The term Consulting Engineer means the firm Black & Veatch, 5728 LBJ Freeway, Suite 300, Dallas, Texas 75240, and their duly authorized agents, such agents acting within the scope of the particular duties entrusted to them in each case. The performance of Consulting Engineer's duties is intended to be for the sole and exclusive benefit of Owner. SC-5. INDEMNIFICATION. To the fullest extent permitted by law, Contractor shall defend, indemnify, and hold harmless the Consulting Engineer and its officials, officers, directors, partners, consultants, agents, and employees for and against all claims, damages, losses, and expenses, direct, indirect, or consequential (including but not limited to fees and charges of engineers, architects, attorneys, and other professionals and court costs) arising out of or resulting from the performance of the work by the Contractor, and subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the work or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by law and regulations (City of Lubbock, Texas ) (Southeast Water Reclamation Plant) (Digester No. 9 Rehabilitation ) (36466 ) SC-2 10/29/98 bk DAT regardless of the negligence of any such party. However, this indemnity shall not apply to liability for bodily injury or death to persons or damage to property of any person or expenses in connection therewith caused by or resulting from defects in plans, designs or specifications prepared, approved or used by Consulting Engineer or negligence of Consulting Engineer in the rendition or conduct of professional duties called for or arising out of the Contract and the plans, designs, or specifications which are a part hereof. SC-6. RESPONSIBILITY FOR PAYMENT. Except for items specifically identified as provided by Owner, Contractor shall pay for all labor, materials, and other costs incurred under this Contract. SC-7. DOCUMENTATION TO ACCOMPANY APPLICATIONS FOR PAYMENT. Contractor's Applications for Payment shall be accompanied by the documentation specified herein. SC-7.01. Materials and Equipment. If payment is requested for materials and equipment not incorporated in the Work but delivered and suitably stored at the site or at another location agreed to in writing, the Application for Progress Payment shall be accompanied by such data, satisfactory to Owner, as will establish Owner's title to the materials and equipment and protect his interest therein, including applicable insurance. Payments for such materials and equipment shall be based only upon the actual cost of the materials and equipment, subject to provisions in submittals Section 01300, to Contractor and shall not include any overhead or profit to Contractor. SC-7.02. Schedules and Data. Each Application for Progress Payment shall be accompanied by Contractor's updated schedule of operations, or progress report, with such shop drawings schedules, procurement sche- dules, value of material on hand included in application, and other data specified in Division 1 or reasonably required by Engineer. SC-7.03. Labor Standards Certificate. As provided under Labor Standards, each Application for Payment shall be accompanied by a certificate that all labor standards requirements have been fulfilled. This is required from the Contractor and all subcontractors. SC-7.04. Final Payment. Final payment to the Contractor shall be made subject to his furnishing the Owner with a release in satisfactory form of all claims against the Owner arising under and by virtue of his contract, other than such claims, if any, as may be specifically excepted by the Contractor from the (City of Lubbock, Texas ) (Southeast Water Reclamation Plant) 10/29/98 (Digester No. 9 Rehabilitation ) bk (36466 ) SC-3 DAT operation of the release as provided under general and supplemental conditions elsewhere in this contract. The Owner, before paying the final estimate, may require the Contractor to furnish releases or receipts from all subcontractors having performed any work and all persons having supplied materials, equipment (installed on the Project) and services to the Contractor, if the Owner deems the same necessary in order to protect the Owner's interests. The Owner, however, may if it deems such action advisable make payment in part or in full to the Contractor without requiring the furnishing of such releases or receipts and any payments so made shall in no way impair the obligations of any surety or sureties furnished under this Contract. Consent of the Surety, signed by an agent, must be accompanied by a certified copy of such agent's authority to act for the Surety. Withholding of any amount due the Owner, under general and/or supplemental conditions regarding "Liquidated Damages," shall be deducted from the final payment due the Contractor. SC-8. RETAINAGE. Owner shall retain from each progress payment an amount equal to 5 percent of the estimated value of the Work completed, until payment is due under the terms and conditions governing Substantial Completion and final payment. SC-9. PARTIAL UTILIZATION. Owner has the right to take possession of or use any completed or substantially completed portions of the Work at any time, but such taking possession or use will not be deemed an acceptance of any Work not completed in accordance with the Contract Documents. Owner's use of any facilities so identified in the Contract Documents will not be grounds for extension of the Contract Time or change in the Contract Price. Owner's use of any facilities not specifically identified in the Contract Documents will be in accordance with conditions agreed to prior to such use, and any extra costs or delays in completion incurred and properly claimed by Contractor will be equitably adjusted with a Change Order. Facilities substantially completed in accordance with the Contract Documents which are occupied or used by Owner prior to Substantial Completion of the entire Work will be defined in a written notice by Owner to Contractor fixing the responsibility for insurance, maintenance, heat, and utilities on that part of the (City of Lubbock, Texas } (Southeast Water Reclamation Plant) (Digester No. 9 Rehabilitation } (36466 ) SC-4 10/29/98 bk DAT Work and including a tentative list of items to be completed or corrected before final acceptance. Guarantee periods for accepted or substantially completed Work, including mechanical and electrical equipment, will commence upon the start of continuous use by Owner. All tests and instruction of Owner's personnel must be satisfactorily completed, and Owner shall assume responsibility for and operation of all facilities occupied or used except as may arise through portions of the Work not yet completed by Contractor. The following facilities are subject to partial utilization by the Owner: Work associated with Digesters Nos. 6 and 7 rehabilitation/ modification. Sludge recirculation pumps and associated appurtenances. SC-10. SUBSTANTIAL COMPLETION. When Contractor considers the Work ready for full occupancy or utilization by Owner, Contractor shall declare in writing to Owner that the Work is substantially complete and request that Owner issue a Notice of Substantial Completion therefor. Within a reasonable time thereafter, Owner and Contractor shall make an inspection of the Work to determine the status of completion. If Owner does not consider the Work substantially complete, Owner shall notify Contractor in writing giving reasons therefor. If Owner considers the Work substantially complete, Owner shall prepare and deliver to Contractor a Notice of Substantial Completion which will fix the date of Substantial Completion, the release of any part of the retainage, and the responsibilities between Owner and Contractor for operation, heat, utilities, and maintenance. The notice shall include a tentative list of items to be completed or corrected before final acceptance. "Substantial Completion" means that the facilities are completed to the point that wastewater can be adequately treated and solids can be processed and no nuisance is created, to the satisfaction of Owner. All process equipment shall be installed and operational, or temporary arrangements satisfactory to Owner shall have been made. Except as required to insure proper operation, performance testing need not have been completed prior to the date of Substantial Completion. (City of Lubbock, Texas ) (Southeast Water Reclamation Plant) (Digester No. 9 Rehabilitation ) (36466 ) SC-5 10/29/98 bk DAT To be considered substantially complete, the following portions of the Work must be operational and ready for Owner's continuous use as intended: • Digester No. 9 and the associated sludge pumping systems and gas handling facilities for Digesters No. 8 and No. 9. • Digesters No. 6 and No. 7 Improvements. • Electrical. • Yard Piping • Instrumentation and control and SCADA. Portions of the Work not essential to plant operation, which can be completed without interruption of plant operation, may be completed after the Work is accepted as substantially complete, and may include the following items: Landscaping Cleanup SC-11. FINAL INSPECTION AND ACCEPTANCE. Upon written notice that Contractor considers all Work complete, Owner shall make a final inspection with Contractor and shall notify Contractor in writing of incomplete or defective work revealed by the inspection. Contractor shall promptly remedy such deficiencies. After Contractor has remedied all deficiencies to the satisfaction of Owner and delivered all construction records, maintenance and operating instructions, schedules, guarantees, Bonds, certificates of inspection, and other documents (all as required by the Contract Documents), Contractor shall be promptly notified in writing by Owner that the Work is acceptable. SC-12. DELAYS AND DAMAGES. Contractor shall accept the risk of any delays caused by the rate of progress of the Work to be performed under other contracts. In the event Contractor is delayed in the prosecution and completion of the Work because of such conditions, Contractor shall have no claim against Owner for damages or contract adjustment other than an extension of Contract Time and the waiving of liquidated damages during the period of time occasioned by the delay. (City of Lubbock, Texas ) (Southeast Water Reclamation Plant) (Digester No. 9 Rehabilitation ) (36466 ) SC-6 10/29/98 bk DAT l Time limitations required by Owner shall be for the benefit of Owner and contractors under other contracts who have entered into such contracts with Owner in reliance on the time limitations set forth in these Contract Documents. I Any claim by Contractor for damages due to delay by another contractor shall be asserted against that contractor. SC-13. CORRECTION PERIOD. Nothing in General Conditions Article 46 concerning the correction period shall establish a period of limitation with respect to any other obligation which Contractor has under the Contract Documents. The establishment of time periods relates only to the specific obligations of Contractor to correct the Work, and has no relationship to the time within which his obligations under the Contract Documents may be sought to be enforced, nor to the time within which proceedings may be commenced to establish his liability with respect to his obligations other than to specifically correct the Work. SC-14. OVERTIME WORK. No Work shall be done between 6:00 p.m. and 7:00 a.m. nor on Sundays or legal holidays without permission of Owner. However, emergency work may be done without prior permission. Night work may be undertaken as a regular procedure with the permission of Owner; such permission, however, may be revoked at any time by Owner if Contractor fails to maintain adequate equipment and supervision for the proper prosecution and control of the Work at night. SC-15. LEGAL ADDRESSES. The business address of Contractor given in 1� the Bid Proposal and Contractor's office in the vicinity of the Work L are both hereby designated as the places to which all notices, letters, and other communication to Contractor will be mailed or delivered. The address of Owner, Post Office Box 2000, Lubbock, Texas 79457, is hereby designated as the place to which all notices, letters, and other communication to Owner shall be mailed or delivered. Either party may change his address at any time by an r instrument in writing delivered to Engineer and to the other party. 11 SC-16. UNDERGROUND INSTALLATIONS. Existing underground installations are indicated on the Drawings only to the extent such information was made available to or discovered by Consulting Engineer in preparing the Drawings. There is no guarantee as to the accuracy or completeness of such information, and all responsibility for the accuracy and completeness thereof is expressly disclaimed. Generally, service connections are not indicated on the Drawings. (City of Lubbock, Texas ) (Southeast Water Reclamation Plant) 10/29/98 (Digester No. 9 Rehabilitation ) bk (36466 ) SC-7 DAT Contractor shall be responsible for discovery of existing underground installations, in advance of excavating or trenching, by contacting all local utilities and by prospecting. SC-17. HISTORICAL OR ARCHAEOLOGICAL DEPOSITS. If, during the course of construction, evidence of deposits of historical or archaeological interest is found, Contractor shall cease operations affecting the find and shall notify Owner, who shall notify the State Historic Preservation Officer. No further disturbance of the deposits shall ensue until Contractor has been notified by Owner that he may proceed. Owner will issue a Notice to Proceed only after the state official has surveyed the find and made a determination to the Owner. Compensation to Contractor, if any, for lost time or changes in construction to avoid the find, shall be determined in accordance with changed conditions or change order provisions of the Contract Documents. (Reference: 80 Stat 915, 16 USC 470, and Executive Order No. 11593 of May 31, 1971.) SC-18. PHYSICAL CONDITIONS. In preparation of the Contract Documents, the following drawings or physical conditions in or relating to existing surface and subsurface structures (except underground facilities) which are at or contiguous to the site or Work were relied upon: a. Drawings dated July 1980, prepared by Parkhill, Smith & Cooper, Inc., entitled, "City of Lubbock, Texas -- Wastewater Reclamation Facilities Improvements", consisting of 29 sheets, numbered 1 to 29 inclusive. b. Drawings dated 1992, prepared by Black & Veatch, entitled, "Lubbock, Texas -- Southeast Water Reclamation Plant Expansion and Improvements; Contract No. 2 -- New Reclamation Plant No. 4 and Solids Handling Facilities", consisting of 311 sheets, numbered 1 to 311 inclusive. C. Drawings dated 1993, prepared by Black & Veatch entitled, "Lubbock, Texas -- Southeast Water Reclamation Plant Expansion and Improvements; Contract No. 4 -- Water Reclamation Plants 2 and 3 Laboratory Improvements and Demolition of Plant 1", consisting of 159 sheets, numbered 1 to 159 inclusive. d. Drawings dated 1997, prepared by Black & Veatch entitled "Lubbock, Texas -- Southeast Water Reclamation Plant -- Digester Improvements; Contract No. 1 - Improvements to Digester No. 8 and Control Room," consisting of 27 sheets, numbered 1 to 27 inclusive. (City of Lubbock, Texas ) (Southeast Water Reclamation Plant) (Digester No. 9 Rehabilitation ) (36466 ) SC-8 10/29/98 bk DAT Drawings of physical conditions or relating to existing surface and subsurface structures (except underground facilities) are available for review at the Southeast Water Reclamation Plant, upon 48 hours' notice to the Owner. SC-19. REFERENCE TO STANDARDS AND SPECIFICATIONS OF TECHNICAL SOCIETIE REPORTING AND RESOLVING DISCREPANCIES. SC-19.01. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to the Laws or Regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard, specification, manual, code or Laws or Regulations in effect at the time of opening of Bids (or, on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. SC-19.02. If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity or discrepancy within the Contract Documents or between the Contract Documents and any provision of any such Law or Regulation applicable to the performance of the Work or of any such standard, specification, manual or code or of any instruction of any Supplier, Contractor shall report it to Engineer in writing at once, and Contractor shall not proceed with the Work affected thereby until an amendment or supplement to the Contract Documents has been issued; provided, however, that Contractor shall not be liable to Owner or Engineer for failure to report any such conflict, error, ambiguity or discrepancy unless Contractor know or reasonably should have known thereof. SC-19.03. Except as otherwise specifically stated in the Contract Documents or as may be provided by amendment or supplement thereto, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity or discrepancy between the provisions of the Contract Documents and: SC-19.03.01. the provisions of any such standard, specification, manual, code or instruction (whether or not specifically incorporated by reference in the Contract Documents; or SC-19.03.02. the provisions of any such Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). (City of Lubbock, Texas ) (Southeast Water Reclamation Plant) (Digester No. 9 Rehabilitation } (36466 ) SC-9 10/29/98 bk DAT No provision of any such standard, specification, manual, code or instruction shall be effective to change the duties and responsibilities of Owner, Contractor, or Engineer, or any of their subcontractors, consultants, agents, or employees from those set forth in the Contract Documents, nor shall it be effective to assign to Owner, Engineer, or any of Engineer's consultants, agents, or employees any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility inconsistent with any other provision of the Contract Documents. (City of Lubbock, Texas ) (Southeast Water Reclamation Plant) (Digester No. 9 Rehabilitation ) (36466 ) SC-10 10/29/98 bk DAT Section 01015 PROJECT REQUIREMENTS 1. GENERAL DESCRIPTION OF WORK. The Work to be performed under these Contract Documents provides for rehabilitation of existing anaerobic Digester No. 9, associated sludge pumping system, gas piping and gas mixing system components, electrical modifications, and related piping systems. Minor improvements will also be performed at existing Digesters No. 6 and No. 7. 2. RESPONSIBILITY FOR MATERIALS AND EQUIPMENT. Contractor shall be fully responsible for all materials and equipment which it has furnished. 3. OFFSITE STORAGE. Offsite storage arrangements shall be approved by Owner for all materials and equipment not incorporated into the Work but included in Applications for Payment. Such offsite storage arrangements shall be presented in writing and shall afford adequate and satisfactory security and protection. Offsite storage facilities shall be accessible to Owner and Engineer. 4. SUBSTITUTES AND "OR -EQUAL" ITEMS. Whenever a material or article is specified or described by using the name of a proprietary product or the name of a particular manufacturer or vendor, the specified item shall be understood as establishing the type, function, and quality desired. Requests for review of equivalency will not be accepted from anyone except Contractor, and such requests will not be considered until after the Contract has been awarded. Other manufacturers' products will be accepted, provided sufficient information is submitted to allow Engineer to determine that the products proposed are equivalent to those named. Such items shall be submitted for review by the procedure set forth in the submittals section. 5. PREPARATION FOR SHIPMENT. All materials shall be suitably packaged to facilitate handling and protect against damage during transit and storage. Painted surfaces shall be protected against impact, abrasion, discoloration, and other damage. All painted surfaces which are damaged prior to acceptance of equipment shall be repainted to the satisfaction of Engineer. Each item, package, or bundle of material shall be tagged or marked as identified in the delivery schedule or on the Shop Drawings. Complete packing lists and bills of material shall be included with each shipment. (City of Lubbock ) (Southeast Water Reclamation Plant) 07/21/98 (Digester No. 9 Rehabilitation ) 01015 cjs (36466 ) -1- DAT 6. SALVAGE OF MATERIALS AND EQUIPMENT. Existing materials and equipment removed, and not reused as a part of the Work, shall become Contractor's property. 7. LAND FOR CONSTRUCTION PURPOSES. Contractor will be permitted to use available land belonging to Owner, on or near the site of the Work, for construction purposes and for storage of materials and equipment. The locations and extent of the areas so used shall be as indicated on the Drawings. Contractor shall immediately move stored materials or equipment if any occasion arises, as determined by Owner, requiring access to the storage area. Materials or equipment shall not be placed on the property of Owner until Owner has agreed to the location to be used for storage. 8. OPERATION OF EXISTING FACILITIES. The existing treatment facilities and in particular Digester No. 8 must be kept in continuous operation throughout the construction period. No interruption will be permitted which adversely affects the degree of service provided. Provided permission is obtained from Owner in advance, portions of the existing facilities may be taken out of service for short periods corresponding with periods of minimum service demands. Contractor shall provide temporary facilities and make temporary modifications as necessary to keep the existing facilities in operation during the construction period. 9. NOTICES TO OWNERS AND AUTHORITIES. Contractor shall, as provided in the General Conditions, notify owners of adjacent property and utilities when prosecution of the Work may affect them. When it is necessary to temporarily deny access to property, or when any utility service connection must be interrupted, Contractor shall give notices sufficiently in advance to enable the affected persons to provide for their needs. Notices shall conform to any applicable local ordinance and, whether delivered orally or in writing, shall include appropriate information concerning the interruption and instructions on how to limit inconvenience caused thereby. Utilities and other -concerned agencies shall be notified at least 24 hours prior to cutting or closing streets or other traffic areas or excavating near underground utilities or pole lines. (City of Lubbock ) (Southeast Water Reclamation Plant) 07/21/98 (Digester No. 9 Rehabilitation ) 01015 cjs (36466 ) -2- DAT 10. LINES AND GRADES. All Work shall be done to the lines, grades, and elevations indicated on the Drawings. Basic horizontal and vertical control points will be established or designated by Engineer to be used as datums for the Work. All additional survey, layout, and measurement work shall be performed by Contractor as a part of the Work. Contractor shall provide an experienced instrument person, competent assistants, and such instruments, tools, stakes, and other materials required to complete the survey, layout, and measurement work. In addition, Contractor shall furnish, without charge, competent persons and such tools, stakes, and other materials as Engineer may require in establishing or designating control points or in checking survey, layout, and measurement work performed by Contractor. Contractor shall keep Engineer informed, a reasonable time in advance, of the times and places at which it wishes to do Work, so that horizontal and vertical control points may be established and any checking deemed necessary by Engineer may be done with minimum inconvenience to Engineer and minimum delay to Contractor. Contractor shall remove and reconstruct work which is improperly located. 11. CONNECTIONS TO EXISTING FACILITIES. Unless otherwise specified or indicated, Contractor shall make all necessary connections to existing facilities, including structures, drain lines, and utilities such as water, sewer, gas, telephone, and electric. In each case, Contractor shall receive permission from Owner or the owning utility prior to undertaking connections. Contractor shall protect facilities against deleterious substances and damage. Connections to existing facilities which are in service shall be thoroughly planned in advance, and all required equipment, materials, and labor shall be on hand at the time of undertaking the connections. Work shall proceed continuously (around the clock) if necessary to complete connections in the minimum time. Operation of valves or other appurtenances on existing utilities, when required, shall be by or under the direct supervision of the owning utility. 12. UNFAVORABLE CONSTRUCTION CONDITIONS. During unfavorable weather, wet ground, or other unsuitable construction conditions, Contractor shall confine its operations to work which will not be affected adversely by such conditions. No portion of the Work shall be constructed under conditions which would affect adversely the quality or efficiency thereof, unless special means or (City of Lubbock ) (Southeast Water Reclamation Plant) 07/21/98 (Digester No. 9 Rehabilitation ) 01015 cjs (36466 ) -3- DAT precautions are taken by Contractor to perform the Work in a proper and satisfactory manner. 13. CUTTING AND PATCHING. Contractor shall perform all cutting and patching required for the Work and as may be necessary in connection with uncovering Work for inspection or for the correction of defective Work. Contractor shall perform all cutting and patching required for and in connection with the Work, including but not limited to the following: Removal of improperly timed Work. Removal of samples of installed materials for testing. Alteration of existing facilities. Installation of new Work in existing facilities. Contractor shall provide all shoring, bracing, supports, and protective devices necessary to safeguard all Work and existing facilities during cutting and patching operations. Contractor shall not undertake any cutting or demolition which may affect the structural stability of the Work or existing facilities without Engineer's concurrence. Materials shall be cut and removed to the extent indicated on the Drawings or as required to complete the Work. Materials shall be removed in a careful manner, with no damage to adjacent facilities or materials. Materials which are not salvable shall be removed from the site by Contractor. All Work and existing facilities affected by cutting operations shall be restored with new materials, or with salvaged materials acceptable to Engineer, to obtain a finished installation with the strength, appearance, and functional capacity required. If necessary, entire surfaces shall be patched and refinished. 14. ASBESTOS REMOVAL. If, during the progress of the Work, suspected asbestos -containing products are identified, Contractor shall stop work in the affected area and engage an asbestos removal Subcontractor to verify the materials and, if necessary, encapsulate, enclose, or remove and dispose of all asbestos in accordance with current regulations of the Environmental Protection Agency and the U. S. Department of Labor - Occupational Safety and Health Administration, the state asbestos regulating agency, and any local government agency. Payment for such work will be made by Change Order. (City of Lubbock ) (Southeast Water Reclamation Plant) 07/21/98 (Digester No. 9 Rehabilitation ) 01015 cjs (36466 ) -4- DAT 14.01. Subcontractor's Qualifications. The Subcontractor for asbestos removal shall be regularly engaged in this type of activity and shall be familiar with the regulations which govern this work. The Subcontractor shall demonstrate to the satisfaction of Owner that it has successfully completed at least three asbestos removal projects, that it has the necessary staff and equipment to perform the work, and that it has an approved site for disposal of the asbestos. The Subcontractor shall carry insurance as specified in the Supplementary Conditions. 14.02. Removal Methods. The asbestos removal Subcontractor shall submit a work plan of its proposed removal procedure to Owner before beginning work and shall certify that the methods are in full compliance with the governing regulations. The work plan shall cover all aspects of the removal, including health and safety of employees and building occupants, hygiene facilities, employee certification, clearance criteria, transportation and disposal, enclosure techniques, and other techniques appropriate for the proposed work. 15. CLEANING UP. Contractor shall keep the premises free at all times from accumulations of waste materials and rubbish. Contractor shall provide adequate trash receptacles about the site and shall promptly empty the containers when filled. Construction materials, such as concrete forms and scaffolding, shall be neatly stacked by Contractor when not in use. Contractor shall promptly remove splattered concrete, asphalt, oil, paint, corrosive liquids, and cleaning solutions from surfaces to prevent marring or other damage. Volatile wastes shall be properly stored in covered metal containers and removed daily. Wastes shall not be buried or burned on the site or disposed of into storm drains, sanitary sewers, streams, or waterways. All wastes shall be removed from the site and disposed of in a manner complying with local ordinances and antipollution laws. Adequate cleanup will be a condition for recommendation of progress payment applications. 16. APPLICABLE CODES. References in the Contract Documents to local codes mean any applicable Federal, State, and Municipal laws, codes, and regulations, including but not limited to, the requirements of the most recent Occupational Safety and Health Act and the Texas Occupational Safety Law and any other codes used, required or adopted by the City of Lubbock, Texas. Contractor shall take appropriate safety and health precautions to protect the (City of Lubbock ) (Southeast Water Reclamation Plant) 07/21/98 (Digester No. 9 Rehabilitation ) 01015 cjs (36466 ) -5- DAT Work, workers, public, and property of others. The City of Lubbock has adopted the following versions of the Uniform Building Code: • 1997 Uniform Building Code - Structural, Mechanical, and Plumbing • 1997 Uniform Building Code - Electrical Other standard codes which apply to the Work are designated in the Specifications. 17. REFERENCE STANDARDS. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to the laws or regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code, or laws or regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated. However, no provision of any referenced standard, specification, manual, or code (whether or not specifically incorporated by reference in the Contract Documents) shall be effective to change the duties and responsibilities of Owner, Contractor, or Engineer, or any of their Consultants, agents, or employees from those set forth in the Contract Documents, nor shall it be effective to assign to Engineer, or any of Engineer's Consultants, agents, or employees, any duty or authority to supervise or direct the furnishing or performance of the Work. 18. PRECONSTRUCTION CONFERENCE. Prior to the commencement of Work at the site, a preconstruction conference will be held at a mutually agreed time and place. The conference shall be attended by: Contractor and its superintendent. Principal Subcontractors. Representatives of principal Suppliers and manufacturers as appropriate. Consulting Engineer Representatives of Owner. Government representatives as appropriate. Others as requested by Contractor, Owner, or Engineer. Unless previously submitted to Engineer, Contractor shall bring to the conference a preliminary schedule for each of the following: (City of Lubbock ) (Southeast Water Reclamation Plant) 07/21/98 (Digester No. 9 Rehabilitation ) 01015 cjs (36466 ) -6- DAT Progress. Procurement. Values for progress payment purposes. Shop Drawings and other submittals. The purpose of the conference is to designate responsible personnel and establish a working relationship. Matters requiring coordination will be discussed and procedures for handling such matters established. The agenda will include: Contractor's preliminary schedules. Transmittal, review, and distribution of Contractor's submittals. Processing Applications for Payment. Maintaining record documents. Critical Work sequencing. Field decisions and Change Orders. Use of premises, office and storage areas, security, housekeeping, and Owner's needs. Major equipment deliveries and priorities. Contractor's assignments for safety and first aid. Engineer will preside at the conference and will arrange for keeping the minutes and distributing the minutes to all persons in attendance. 19. PROGRESS MEETINGS. Contractor shall schedule and hold regular progress meetings at least monthly and at other times as requested by Engineer or required by progress of the Work. Contractor, Engineer, and all Subcontractors active on the site shall be represented at each meeting. Contractor may at its discretion request attendance by representatives of its Suppliers, manufacturers, and other Subcontractors. (City of Lubbock ) (Southeast Water Reclamation Plant) 07/21/98 (Digester No. 9 Rehabilitation ) 01015 cjs (36466 ) -7- DAT Contractor shall preside at the meetings. Meeting minutes will be prepared and distributed by Contractor. The purpose of the meetings will be to review the progress of the Work, maintain coordination of efforts, discuss changes in scheduling, and resolve other problems which may develop. 20. SITE ADMINISTRATION. Contractor shall be responsible for all areas of the site used by it and by all Subcontractors in the performance of the Work. Contractor will exert full control over the actions of all employees and other persons with respect to the use and preservation of property and existing facilities, except such controls as may be specifically reserved to Owner or others. Contractor has the right to exclude from the site all persons who have no purpose related to the Work or its inspection , and may require all persons on the site (except Owner's employees) to observe the same regulations as Contractor requires of its employees . (City of Lubbock ) (Southeast Water Reclamation Plant) (Digester No. 9 Rehabilitation ) (36466 ) End of Section 01015 -8- 07/21 /98 cjs DAT F L Section 01300 SUBMITTALS 1. PROGRESS SCHEDULE. After the preconstruction conference and before Work is started, Contractor shall submit to Engineer for review a schedule of the proposed construction operations. Owner shall cooperate with Contractor in arrangements for continuity of service and operation of valves and other control facilities. The progress schedule shall indicate the sequence of the Work, the time of starting and completion of each part, and the installation date for each major item of equipment, and the time for making connections to existing piping, structures, or facilities. At least every 90 days, the schedule shall be revised as necessary to reflect changes in the progress of the Work. Owner may require Contractor, at Contractor's expense, to add to its plant, equipment, or construction forces, as well as increase the working hours, if operations fall behind schedule at any time during the construction period. The following requirements shall be taken into consideration in preparing the proposed schedule of construction operations: 1. One sludge recirculation pump shall remain in service at all times. 2. Digester No. 8 shall remain in service at all times. 3. At no time shall both digester No. 6 and digester No. 7 be taken out of service at the same time. 2. PROGRESS REPORTS. A progress report shall be furnished to Engineer with each Application for Payment. If the Work falls behind schedule, Contractor shall submit additional progress reports at such intervals as Engineer may request. Each progress report shall include sufficient narrative to describe current and anticipated delaying factors, their effect on the progress schedule, and proposed corrective actions. Any Work reported complete, but which is not readily apparent to Engineer, must be substantiated with satisfactory evidence. 3. SCHEDULE OF VALUES. After review of the preliminary schedule at the preconstruction conference, and before submission of the first Application for Payment, Contractor shall prepare and submit to Engineer a schedule of values (City of Lubbock ) (Southeast Water Reclamation Plant) 07/21/98 (Digester No. 9 Rehabilitation ) 01300 cjs (36466 ) -1- DAT covering each lump sum item. The schedule of values, showing the value of each kind of work, shall be acceptable to Engineer before any Application for Payment is prepared. The sum of the items listed in the schedule of values shall equal the Contract Price. Such items as Bond premium, temporary construction facilities, and plant may be listed separately in the schedule of values, provided the amounts can be substantiated. Overhead and profit shall not be listed as separate items. An unbalanced schedule of values providing for overpayment of Contractor on items of Work which would be performed first will not be accepted. The schedule of values shall be revised and resubmitted until acceptable to Engineer. Final acceptance by Engineer shall indicate only consent to the schedule of values as a basis for preparation of applications for progress payments, and shall not constitute an agreement as to the value of each indicated item. 4. SCHEDULE OF PAYMENTS. Within 30 days after award of contract, Contractor shall furnish to Engineer a schedule of estimated monthly payments. The schedule shall be revised and resubmitted each time an Application for Payment varies more than 10 percent from the estimated payment schedule. 5. SHOP DRAWINGS AND ENGINEERING DATA. 5.01. General. Shop Drawings and engineering data (submittals) covering all equipment and fabricated and building materials which will become a permanent part of the Work under this Contract shall be submitted to Consulting Engineer for review, at the Consulting Engineer's address given in the Supplementary Conditions. Submittals shall verify compliance with the Contract Documents, and shall include drawings and descriptive information in sufficient detail to show the kind, size, arrangement, and operation of component materials and devices; the external connections, anchorages, and supports required; performance characteristics; and dimensions needed for installation and correlation with other materials and equipment. When an item consists of components from several sources, Contractor shall submit a complete initial submittal including all components. All submittals, regardless of origin, shall be stamped with the approval of Contractor and identified with the name and number of this Contract, Contractor's name, and references to applicable specification paragraphs and Contract Drawings. Each submittal shall indicate the intended use of the item in the Work. When catalog pages are submitted, applicable items shall be (City of Lubbock ) (Southeast Water Reclamation Plant) 07/21/98 (Digester No. 9 Rehabilitation ) 01300 cjs (36466 ) -2- DAT clearly identified and inapplicable data crossed out. The current revision, issue number, and date shall be indicated on all drawings and other descriptive data. Contractor shall be solely responsible for the completeness of each submission. Contractor's stamp of approval is a representation to Owner and Consulting Engineer that Contractor accepts sole responsibility for determining and verifying all quantities, dimensions, field construction criteria, materials, catalog numbers, and similar data, and that Contractor has reviewed and coordinated each submittal with the requirements of the Work and the Contract Documents. All deviations from the Contract Documents shall be identified as deviations on each submittal and shall be tabulated in Contractor's letter of transmittal. Such submittals shall, as pertinent to the deviation, indicate essential details of all changes proposed by Contractor (including modifications to other facilities that may be a result of the deviation) and all required piping and wiring diagrams. Five copies of each drawing and necessary data shall be submitted to Consulting Engineer. Consulting Engineer will return two marked copies to Contractor. Facsimile (fax) copies will not be acceptable. Consulting Engineer will not accept submittals from anyone but Contractor. Submittals shall be consecutively numbered in direct sequence of submittal and without division by subcontracts or trades. 5.02. Consulting Engineer's Review of Submittals. Consulting Engineer's review of submittals will cover only general conformity to the Drawings and Specifications, external connections, and dimensions which affect the layout. Consulting Engineer's review does not indicate a thorough review of all dimensions, quantities, and details of the material, equipment, device, or item shown. Consulting Engineer's review shall not relieve Contractor of Contractor's sole responsibility for errors, omissions, or deviations in the drawings and data, nor of Contractor's sole responsibility for compliance with the Contract Documents. Consulting Engineer's submittal review period shall be 21 consecutive calendar days in length and shall commence on the first calendar day immediately following the date of arrival of the submittal or resubmittal in Consulting Engineer's office. The time required to mail the submittal or resubmittal back to Contractor shall not be considered a part of the submittal review period. When the drawings and data are returned marked "NOT ACCEPTABLE" or "RETURNED FOR CORRECTION", the corrections shall be made as noted thereon and as instructed by Consulting Engineer and five corrected copies resubmitted. Facsimile (fax) copies will not be acceptable. (City of Lubbock ) (Southeast Water Reclamation Plant) 07/21/98 (Digester No. 9 Rehabilitation ) 01300 cjs (36466 ) -3- DAT When the drawings and data are returned marked "EXCEPTIONS NOTED", "NO EXCEPTIONS NOTED", or "RECORD COPY", no additional copies need be furnished unless requested by Consulting Engineer at time of review. 5.03. Resubmittal of Drawings and Data. Contractor shall accept full responsibility for the completeness of each resubmittal. Contractor shall verify that all corrected data and additional information previously requested by Consulting Engineer are provided on the resubmittal. When corrected copies are resubmitted, Contractor shall in writing direct specific attention to all revisions and shall list separately any revisions made other than those caiied for by Consulting Engineer on previous submissions. Requirements specified for initial submittals shall also apply to resubmittals. Resubmittals shall bear the number of the first submittal followed by a letter (A, B, etc.) to indicate the sequence of the resubmittal. If more than one resubmission is required because of failure of Contractor to provide all previously requested corrected data or additional information, Contractor shall reimburse Owner for the charges of Consulting Engineer for review of the additional resubmissions. This does not include initial submittal data such as shop tests and field tests which are submitted after initial submittal. Resubmittals shall be made within 30 days of the date of the letter returning the material to be modified or corrected, unless within 14 days Contractor submits an acceptable request for an extension of the stipulated time period, listing the reasons the resubmittal cannot be completed within that time. Any need for more than one resubmission, or any other delay in obtaining Consulting Engineer's review of submittals, will not entitle Contractor to extension of the Contract Times unless delay of the Work is directly caused by a change in the Work authorized by a Change Order or by failure of Consulting Engineer to review any submittal within the submittal review period specified herein and to return the submittal to Contractor. 6. OPERATION AND MAINTENANCE DATA AND MANUALS. Adequate operation and maintenance information shall be supplied for all equipment requiring maintenance or other attention. The equipment Supplier shall prepare an operation and maintenance manual for each type of equipment indicated in the equipment schedule section. Parts lists and operating and maintenance instructions shall be furnished for other equipment not listed in the equipment schedule. (City of Lubbock ) (Southeast Water Reclamation Plant) 07/21/98 (Digester No. 9 Rehabilitation ) 01300 cjs (36466 ) -4- DAT Operation and maintenance manuals shall include the following: a. Equipment function, normal operating characteristics, and limiting conditions. b. Assembly, installation, alignment, adjustment, and checking instructions. C. Operating instructions for startup, routine and normal operation, regulation and control, shutdown, and emergency conditions. d. Lubrication and maintenance instructions. e. Guide to troubleshooting. f. Parts lists and predicted life of parts subject to wear. g. Outline, cross-section, and assembly drawings; engineering data; and wiring diagrams. h. Test data and performance curves, where applicable. The operation and maintenance manuals shall be in addition to any instructions or parts lists packed with or attached to the equipment when delivered, or which may be required by Contractor. Manuals and other data shall be printed on heavy, first quality 8-1/2 by 11 inch paper, with standard three -hole punching. Drawings and diagrams shall be reduced to 8-1/2 by 11 inches or 11 by 17 inches. Where reduction is not practicable, larger drawings shall be folded separately and placed in envelopes which are bound into the manuals. Each envelope shall bear suitable identification on the outside. Three preliminary copies of each manual shall be submitted to Engineer prior to the date of shipment of the equipment. After review by Engineer, four final copies of each operation and maintenance manual shall be prepared and delivered to Engineer not later than 30 days prior to placing the equipment in operation. Preliminary and final manuals, and all other parts lists and information, shall be temporarily bound in heavy paper covers bearing suitable identification. A table of contents and index tabs shall be furnished for all volumes containing data for three or more items of equipment. (City of Lubbock ) (Southeast Water Reclamation Plant) 07/21/98 (Digester No. 9 Rehabilitation ) 01300 cjs (36466 ) -5- DAT All material shall be marked with project identification, and inapplicable information shall be marked out or deleted. Shipment of equipment will not be considered complete until all required manuals and data have been received. End of Section (City of Lubbock ) (Southeast Water Reclamation Plant) 07/21/98 (Digester No. 9 Rehabilitation ) 01300 cjs (36466 ) -6- DAT Section 01500 TEMPORARY FACILITIES 1. OFFICE AT SITE OF WORK. During the performance of this Contract, Contractor shall maintain a suitable office at or near the site of the Work which shall be the headquarters of its representative authorized to receive drawings, instructions, or other communication or articles. Any communication given to the said representative or delivered at Contractor's office at the site of the Work in its absence shall be deemed to have been delivered to Contractor. Copies of the Drawings, Specifications, and other Contract Documents shall be kept at Contractor's office at the site of the Work and available for use at all times. 2. WATER. Water in reasonable amounts required for and in connection with the Work to be performed will be furnished at existing fire hydrants by Owner without charge to Contractor. Contractor shall furnish a double backflow preventer, all other necessary pipe, hose, nozzles, and tools and shall perform all necessary labor. Contractor shall make arrangements with the City Water Department (who will fix the time, rate, and duration of each withdrawal from the distribution system) as to the amount of water required and the time when the water will be needed. Unnecessary waste of water will not be tolerated. Special hydrant wrenches shall be used for opening and closing fire hydrants. In no case shall pipe wrenches be used for this purpose. 3. POWER. Contractor shall provide all power for heating, lighting, operation of Contractor's plant or equipment, or for any other use by Contractor. Temporary heat and lighting shall be maintained until the Work is accepted. 4. TELEPHONE SERVICE. Contractor hall make all necessary arrangements and pay all installation charges for telephone lines in its offices at the site and shall provide all telephone instruments. 5. SANITARY FACILITIES. Contractor shall furnish temporary sanitary facilities at the site, as provided herein, for the needs of all construction workers and others performing work or furnishing services on the Project. Sanitary facilities shall be of reasonable capacity, properly maintained throughout the construction period, and obscured from public view to the greatest practical extent. If toilets of the chemically treated type are used, at least one toilet will be furnished for each 20 persons. Contractor shall enforce the use of such sanitary facilities by all personnel at the site. (City of Lubbock ) (Southeast Water Reclamation Plant) 09/11/98 (Digester No. 9 Rehabilitation ) 01500 cjs (36466 ) -1- DAT The use of any plant equipment, whether furnished and installed under this Contract or not, including elevators, shop cranes, heating, ventilating, air conditioning, and plumbing fixtures, will be only with Owner's written permission. 6. MAINTENANCE OF TRAFFIC. Contractor shall conduct his work to inter- fere as little as possible with public travel, whether vehicular or pedestrian. Whenever it is necessary to cross, obstruct, or close roads, driveways, and walks, whether public or private, Contractor shall provide and maintain suitable and safe bridges, detours, or other temporary expedients for the accom- modation of public and private travel, and shall give reasonable notice to owners of private drives before interfering with them. Such maintenance of traffic will not be required when Contractor nas ogiained permission from the owner and tenant of private property, or from the authority having jurisdiction over public property involved, to obstruct traffic at the designated point. In making open cut street crossings, Contractor shall not block more than one-half of the street at a time. Whenever possible, Contractor shall widen the shoulder on the opposite side to facilitate traffic flow. Temporary surfacing shall be provided as necessary on shoulders. 7. BARRICADES AND LIGHTS. All streets, roads, highways, and other public thoroughfares which are closed to traffic shall be protected by effective barricades on which shall be placed acceptable warning signs. Barricades shall be located at the nearest intersecting public highway or street on each side of the blocked section. All open trenches and other excavations shall have suitable barricades, signs, and lights to provide adequate protection to the public. Obstructions, such as material piles and equipment, shall be provided with similar warning signs and lights. All barricades and obstructions shall be illuminated with warning lights from sunset to sunrise. Material storage and conduct of the Work on or alongside public streets and highways shall cause the minimum obstruction and inconvenience to the traveling public. All barricades, signs, lights, and other protective devices shall be installed and maintained in conformity with applicable statutory requirements and, where within railroad and highway rights -of -way, as required by the authority having jurisdiction thereover. 8. FENCES. All existing fences affected by the Work shall be maintained by Contractor until completion of the Work. Fences which interfere with construction operations shall not be relocated or dismantled until written (City of Lubbock ) (Southeast Water Reclamation Plant) 09/11/98 (Digester No. 9 Rehabilitation ) 01500 cjs (36466 ) -2- DAT permission is obtained from the owner of the fence, and the period the fence may be left relocated or dismantled has been agreed upon. Where fences must be maintained across the construction easement, adequate gates shall be installed. Gates shall be kept closed and locked at all times when not in use. On completion of the Work across any tract of land, Contractor shall restore all fences to their original or to a better condition and to their original locations. 9. DAMAGE TO EXISTING PROPERTY. Contractor will be held responsible for any damage to existing structures, Work, materials, or equipment because of his operations and shall repair or replace any damaged structures, Work, materials, or equipment to the satisfaction of, and at no additional cost to, Owner. Contractor shall protect all existing structures and property from damage and shall provide bracing, shoring, or other work necessary for such protection. Contractor shall be responsible for all damage to streets, roads, curbs, sidewalks, highways, shoulders, ditches, embankments, culverts, bridges, or other public or private property, which may be caused by transporting equipment, materials, or workers to or from the Work. Contractor shall make satisfactory and acceptable arrangements with the agency having jurisdiction over the damaged property concerning its repair or replacement. 10. TREE AND PLANT PROTECTION. All trees and other vegetation which must be removed to perform the Work shall be removed and disposed of by Contractor; however, no trees or cultured plants shall be unnecessarily removed unless their removal is indicated on the Drawings. All trees and plants not removed shall be protected against injury from construction operations. Trees considered by Consulting Engineer to have any significant effect on construction operations are indicated on the Drawings and those which are to be preserved are so indicated. Contractor shall take extra measures to protect trees designated to be preserved, such as erecting barricades, trimming to prevent damage from construction equipment, and installing pipe and other Work by means of hand excavation or tunneling methods. Such trees shall not be endangered by stockpiling excavated material or storing equipment against their trunks. When injuring or removal of trees designated to be preserved cannot be avoided, or when removal and replacement is indicated on the Drawings, each tree injured beyond repair or removed shall be replaced with a similar tree of the nearest size possible. (City of Lubbock ) (Southeast Water Reclamation Plant) 09/11/98 (Digester No. 9 Rehabilitation ) 01500 cjs (36466 ) -3- DAT All trimming, repair, and replacement of trees and plants shall be performed by qualified nurserymen or horticulturists. 11. SECURITY. Contractor shall be responsible for protection of the site, and all Work, materials, equipment, and existing facilities thereon, against vandals and other unauthorized persons. No claim shall be made against Owner by reason of any act of an employee or trespasser, and Contractor shall make good all damage to Owner's property resulting from his failure to provide security measures as specified. Security measures shall be at least equal to those usually provided by Owner to protect his existing facilities during normal operation, but shall also include such additional security fencing, barricades, lighting, and other measures as required to protect the site. 12. PARKING. Contractor shall provide and maintain suitable parking areas for the use of all construction workers and others performing work or furnishing services in connection with the Project, as required to avoid any need for parking personal vehicles where they may interfere with public traffic, Owner's operations, or construction activities. 13. DUST CONTROL. Contractor shall take reasonable measures to prevent unnecessary dust. Earth surfaces subject to dusting shall be kept moist with water or by application of a chemical dust suppressant. When practicable, dusty materials in piles or in transit shall be covered to prevent blowing dust. Buildings or operating facilities which may be affected adversely by dust shall be adequately protected from dust. Existing or new machinery, motors, instrument panels, or similar equipment shall be protected by suitable dust screens. Proper ventilation shall be included with dust screens. 14. TEMPORARY DRAINAGE PROVISIONS. Contractor shall provide for the drainage of storm water and such water as may be applied or discharged on the site in performance of the Work. Drainage facilities shall be adequate to prevent damage to the Work, the site, and adjacent property. Existing drainage channels and conduits shall be cleaned, enlarged, or supplemented as necessary to carry all increased runoff attributable to Contractor's operations. Dikes shall be constructed as necessary to divert increased runoff from entering adjacent property (except in natural channels), to protect Owner's facilities and the Work, and to direct water to drainage channels or conduits. Ponding shall be provided as necessary to prevent downstream flooding. (City of Lubbock ) (Southeast Water Reclamation Plant) 09/11/98 (Digester No. 9 Rehabilitation ) 01500 cjs (36466 ) -4- DAT 15. EROSION CONTROL. Contractor shall prevent erosion of soil on the site and adjacent property resulting from his construction activities. Effective measures shall be initiated prior to the commencement of clearing, grading, excavation, or other operation that will disturb the natural protection. Work shall be scheduled to expose areas subject to erosion for the shortest possible time, and natural vegetation shall be preserved to the greatest extent practicable. Temporary storage and construction buildings shall be located, and construction traffic routed, to minimize erosion. Temporary fast-growing vegetation or other suitable ground cover shall be provided as necessary to control runoff. 16. POLLUTION CONTROL. Contractor shall prevent the pollution of drains and watercourses by sanitary wastes, sediment, debris, and other substances resulting from construction activities. No sanitary wastes will be permitted to enter any drain or watercourse other than sanitary sewers. No sediment, debris, or other substance will be permitted to enter sanitary sewers, and reasonable measures shall be taken to prevent such materials from entering any drain or watercourse. End of Section (City of Lubbock } (Southeast Water Reclamation Plant) 09/11/98 (Digester No. 9 Rehabilitation ) 01500 cis (36466 ] -5- DAT Section 01620 EQUIPMENT SCHEDULE 1. SCOPE. This section consists of a schedule of the items of equipment for which manufacturer's field services, and operation and maintenance manuals, are required. Specific requirements for manufacturer's field services are covered in the quality control section. Specific requirements for operation and maintenance manuals are covered in the submittals section. 2. SCHEDULE. Manufacturer's field services and operation and maintenance manuals shall be provided for the items of equipment indicated in the following schedule: Mfr's Spec Field O&M Section Type of Equipment Services Manual 11116 Horizontal End Suction Centrifugal X X Torque Flow Pumps 13400 Instrumentation X X 15102 Eccentric Plug Valves X 15130 Pressure Gauges X 15500 Ventilating X X 16050 Electrical X X 3. EQUIPMENT DESIGNATION. Spec Service Section 15500 Power Roof Ventilator (City of Lubbock ) (Southeast Water Reclamation Plant) (Digester No. 9 Rehabilitation ) (36466 ) Designation PRV-1007 End of Section 10/29/98 01620 cjs -1- DAT Section 01640 VALVE SCHEDULE 1. SCOPE. This section presents a listing of 4 inch and larger valves which have been assigned an identifying number on the Drawings. The Contractor shall provide all valves indicated on the Drawings or specified in other sections, regardless of whether they are listed in the schedule. The schedule does not relieve the Contractor of the responsibility for providing all valves required by the Drawings and Specifications. Detailed requirements for the valves scheduled herein are covered in the respective valve sections. 2. ABBREVIATIONS. The abbreviations used in this schedule and in the appli- cable valve sections are as follows: Valve Type Specification Abbreviations Valve Type Section CV Check Valve 15100 PV Eccentric Plug Valve 15102 3. VALVE SCHEDULE. Valve Size No. inches Service Location CV-1601 and 8 Sludge recirculation Interior -1602 PV-1650 thru 6 Digester gas Exterior -1653 production PV-1654 thru 6 Compressed digester Exterior -1657 gas (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/98 (Digester No. 9 Rehabilitation ) 01640 cjs (36466 ) -1- DAT Valve Size No. inches Service Location PV-1658 and 8 Sludge recirculation Interior -1659 PV-1660 thru 10 Sludge supernatant Buried - 1663 End of Section (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/98 (Digester No. 9 Rehabilitation ) 01640 cjs (36466 } -2- DAT Section 02200 EARTHWORK PART 1 -GENERAL 1-1. SCOPE. This section covers earthwork and shall include the necessary clearing, grubbing, and preparation of the site; removal and disposal of all debris; excavation and trenching as required; the handling, storage, transportation, and disposal of all excavated material; all necessary sheeting, shoring, and protection work; preparation of subgrades; pumping and dewatering as necessary or required; protection of adjacent property; backfilling; pipe embedment; construction of fills and embankments; surfacing and grading; and other appurtenant work. 1-2. GENERAL. With reference to the terms and conditions of the construction standards for excavations set forth in the OSHA "Safety and Health Regulations for Construction", Chapter XVII of Title 29, CFR, Part 1926, the Contractor shall employ a competent person and, when necessary, a registered professional engineer, to act upon all pertinent matters of the work of this section. Backfilling and construction of fills and embankments during freezing weather shall not be done except by permission of the Engineer. No backfill, fill, or embankment materials shall be installed on frozen surfaces, nor shall frozen materials, snow, or ice be placed in any backfill, fill, or embankment. 1-3. SUBMITTALS. 1-3.01. Drawings and Data. Drawings, specifications, and data covering the proposed materials shall be submitted in accordance with the submittals section. PART 2 - PRODUCTS 2-1. GRANULAR MATERIAL. Granular material for compacted backfill shall comply with ASTM C33 and shall be coarse aggregate, size No. 467, No. 5, No. 56, or No. 57, or shall be granular embedment material as indicated on Figure 1-02200. (City of Lubbock ) (Southeast Water Reclamation Plant) 07/21/98 (Digester No. 9 Rehabilitation ) 02200 cjs (36466 ) -1- DAT 2-2. TESTS. As stipulated in the quality control section, all tests required for preliminary review of materials shall be made by an acceptable independent testing laboratory at the expense of the Contractor. Two initial gradation tests shall be made for each type of embedment, fill, or backfill material, and one additional gradation test shall be made for each additional 500 tons of each material. Moisture -density (Proctor) tests and relative density tests on the materials, and all in -place field density tests, shall be made at the expense of the Owner. PART 3 - EXECUTION 3-1. SURFACE PREPARATION. 3-1.01. Site Preparation. All sites to be occupied by permanent construction or embankments shall be cleared of all logs, trees, roots, brush, tree trimmings, and other objectionable materials and debris. All stumps shall be grubbed. Subgrades for fills and embankments shall be cleaned and stripped of all surface vegetation, sod, and organic topsoil. All waste materials shall be removed from the site and disposed of by and at the expense of the Contractor. 3-2. EXCAVATION. Excavations shall provide adequate working space and clearances for the work to be performed therein and for installation and removal of concrete forms. In no case shall excavation faces be undercut for extended footings. Subgrade surfaces shall be clean and free of loose material of any kind when concrete is placed thereon. 3-2.01. Classification of Excavated Materials. No classification of excavated materials will be made. Excavation and trenching work shall include the removal and subsequent handling of all materials excavated or otherwise removed in performance of the work, regardless of the type, character, composition, or condition thereof. 3-2.02. Unauthorized Excavation. Except where otherwise authorized, indicated, or specified, all materials excavated below the bottom of concrete walls, footings, slabs on grade, and foundations shall be replaced, by and at the expense of the Contractor, with concrete placed at the same time and monolithic with the concrete mud mat above. (City of Lubbock ) (Southeast Water Reclamation Plant) 07/21/98 (Digester No. 9 Rehabilitation ) 02200 cjs (36466 ) -2- DAT 3-3. BLASTING. Blasting or other use of explosives for excavation will not be permitted. 3-4. DEWATERING. Dewatering equipment shall be provided to remove and dispose of all surface water and groundwater entering excavations, trenches, or other parts of the work. Each excavation shall be kept dry during subgrade preparation and continually thereafter until the structure to be built, or the pipe to be installed therein, is completed to the extent that no damage from hydrostatic pressure, flotation, or other cause will result. All excavations for concrete structures or trenches which extend down to or below groundwater shall be dewatered by lowering and keeping the groundwater level beneath such excavations 12 inches or more below the bottom of the excavation. Surface water shall be diverted or otherwise prevented from entering excavations or trenches to the greatest extent possible without causing damage to adjacent property. The Contractor shall be responsible for the condition of any pipe or conduit which he may use for drainage purposes, and all such pipe or conduit shall be left clean and free of sediment. 3-5. SHEETING AND SHORING. Except where banks are cut back on a stable slope, excavations for structures and trenches shall be supported as necessary to prevent caving or sliding. Trench sheeting may be removed only if the pipe strength is sufficient to carry trench loads based on trench width to the back of sheeting. Trench sheeting shall not be pulled after backfilling. With the concurrence of the Engineer, sheeting shall be left permanently in the trench. Where trench sheeting is left in place, such sheeting shall not be braced against the pipe, but shall be supported in a manner which will preclude concentrated loads or horizontal thrusts on the pipe. Cross braces installed above the pipe to support sheeting may be removed after pipe embedment has been completed. 3-6. STABILIZATION. Subgrades for concrete structures and trench bottoms shall be firm, dense, and thoroughly compacted and consolidated; shall be free from mud and muck; and shall be sufficiently stable to remain firm and intact under the feet of the workers. (City of Lubbock ) (Southeast Water Reclamation Plant) 07/21/98 (Digester No. 9 Rehabilitation ) 02200 cjs (36466 ) -3- DAT Subgrades for concrete structures or trench bottoms which are otherwise solid, but which become mucky on top due to construction operations, shall be reinforced with crushed rock or gravel. The stabilizing material shall be spread and compacted to a depth of not more than 4 inches (100 mm); if the required depth exceeds 4 inches (100 mm), the material shall be furnished and installed as specified for granular fills. The finished elevation of stabilized subgrades shall not be above subgrade elevations indicated on the drawings. 3-7. EARTHFILLS AND EMBANKMENTS. 3-7.01. Materials. Excess suitable material obtained from structure and trench excavation shall be used for the construction of fills and embankments. Additional material shall be provided as required. All material placed in fills and embankments shall be free from rocks or stones larger than 6 inches in their greatest dimension, brush, stumps, logs, roots, debris, and other organic or deleterious materials. No rocks or stones shall be placed in the upper 18 inches of any fill or embankment. Rocks or stones within the allowable size limit may be incorporated in the remainder of fills and embankments, provided they are distributed so that they do not interfere with proper compaction. 3-7.02. Subgrade Preparation. After preparation of the fill or embankment site, the subgrade shall be leveled and rolled so that surface materials of the subgrade will be as compact and well bonded with the first layer of the fill or embankment as specified for subsequent layers. 3-7.03. Placement and Compaction. All fill and embankment materials shall be placed in approximately horizontal layers not to exceed 8 inches in uncompacted thickness. Material deposited in piles or windrows by excavating and hauling equipment shall be spread and leveled before compaction. Each layer of material shall have the best practicable moisture content for satisfactory compaction. The material in each layer shall be wetted or dried as required and thoroughly mixed to ensure uniform moisture content and adequate compaction. Each layer shall be thoroughly compacted to 95 percent of maximum density at optimum moisture content as determined by ASTM D698. If the material fails to meet the density specified, compaction methods shall be altered. Wherever a trench is to pass through a fill or embankment, the fill or embankment material shall be placed and compacted to an elevation not less than 12 inches above the top of pipe elevation before the trench is excavated. (City of Lubbock ) (Southeast Water Reclamation Plant) 07/21/98 (Digester No. 9 Rehabilitation ) 02200 cjs (36466 ) -4- DAT 3-8. TRENCH EXCAVATION. No more trench shall be opened in advance of pipe laying than is necessary to expedite the work. Except where tunneling is indicated on the drawings, is specified, or is permitted by the Engineer, all trench excavation shall be open cut from the surface. 3-8.01. Alignment, Grade, and Minimum Cover. The alignment and grade or elevation of each pipeline shall be fixed and determined from offset stakes. Vertical and horizontal alignment of pipes, and the maximum joint deflection used in connection therewith, shall be in conformity with requirements of the section covering installation of pipe. Where pipe grades or elevations are not definitely fixed by the contract drawings, trenches shall be excavated to a depth sufficient to provide a minimum depth of backfill cover over the top of the pipe of 42 inches at all locations. Greater pipe cover depths may be necessary on vertical curves or to provide adequate clearance beneath existing pipes, conduits, drains, drainage structures, or other obstructions encountered at normal pipe grades. Measurement of pipe cover depth shall be made vertically from the outside top of pipe to finished ground or pavement surface elevation , except where future surface elevations are indicated on the drawings. 3-8.02. Limiting Trench Widths. Trenches shall be excavated to a width which will provide adequate working space and sidewall clearances for proper pipe installation, jointing, and embedment. Minimum trench widths shall be as follows: Nominal Pipe Size inches Less than 27 MINIMUM TRENCH WIDTHS Minimum Trench Width inches Pipe OD plus 24 OD = Outside diameter (or span) of conduit. ID = Inside diameter (or span) of conduit. Minimum Sidewall Clearance inches 12 Specified minimum sidewall clearances are not minimum average clearances but are minimum clear distances which will be required to the trench excavation or the trench protective system. (City of Lubbock ) (Southeast Water Reclamation Plant) 07/21/98 (Digester No. 9 Rehabilitation ) 02200 cjs (36466 ) -5- DAT Cutting trench banks on slopes to reduce earth load to prevent sliding and caving shall be used only in areas where the increased trench width will not interfere with surface features or encroach on right-of-way limits. Slopes shall not extend lower than 12 inches above the top of the pipe. 3-8.03. Mechanical Excavation. The use of mechanical equipment will not be permitted in locations where its operation would cause damage to trees, buildings, culverts, or other existing property, utilities, or structures above or below ground. In all such locations, hand excavating methods shall be used. Mechanical equipment used for trench excavation shall be of a type, design, and construction, and shall be so operated, that the rough trench excavation bottom elevation can be controlled , that uniform trench widths and vertical sidewalls are obtained at least from an elevation 12 inches above the top of the installed pipe to the bottom of the trench, and that trench alignment is such that pipe, when accurately laid to specified alignment, will be centered in the trench with adequate sidewall clearance. Undercutting the trench sidewall to obtain sidewall clearance will not be permitted. 3-8.04. Cutting Concrete Surface Construction. Cuts in concrete pavement and concrete base pavements shall be no larger than necessary to provide adequate working space for proper installation of pipe and appurtenances. Cutting shall be started with a concrete saw in a manner which will provide a clean groove at least 1-1/2 inches deep along each side of the trench and along the perimeter of cuts for structures. Concrete pavement and concrete base pavement over trenches excavated for pipelines shall be removed so that a shoulder not less than 6 inches in width at any point is left between the cut edge of the pavement and the top edge of the trench. Trench width at the bottom shall not be greater than at the top and no undercutting will be permitted. Pavement cuts shall be made to and between straight or accurately marked curved lines which, unless otherwise required, shall be parallel to the center line of the trench. Pavement removal for connections to existing lines or structures shall not exceed the extent necessary for the installation. Where the trench parallels the length of concrete walks, and the trench location is all or partially under the walk, the entire walk shall be removed and replaced. Where the trench- crosses drives, walks, curbs, or other surface construction, the surface construction shall be removed and subsequently replaced between existing joints or between saw cuts as specified for pavement. (City of Lubbock ) (Southeast Water Reclamation Plant) 07/21/98 (Digester No. 9 Rehabilitation ) 02200 cjs (36466 ) -6- DAT 3-8.05. Excavation Below Pipe Subgrade. Except where otherwise required, pipe trenches shall be excavated below the underside of the pipe, as indicated on Figure 1-02200, to provide for the installation of granular embedment. 3-8.06. Artificial Foundations in Trenches. Whenever unsuitable or unstable soil conditions are encountered, trenches shall be excavated below grade and the trench bottom shall be brought to grade with suitable material. In such cases, adjustments will be made in the Contract Price in accordance with the provisions of the General Conditions. 3-8.07. Bell Holes. Bell holes shall provide adequate clearance for tools and methods used in installing pipe. No part of any bell or coupling shall be in contact with the trench bottom, trench walls, or granular embedment when the pipe is jointed. 3-9. PIPE EMBEDMENT. Embedment materials both below and above the bottom of the pipe, classes of embedment to be used, and placement and compaction of embedment materials shall conform to the requirements indicated on Figure 1-02200 and to the following supplementary requirements. Embedment material shall contain no cinders, clay lumps, or other material which may cause pipe corrosion. 3-9.01. Embedment Classes. a. Class A Arch Encasement. Class A arch encasement is not required unless improper trenching or unexpected trench conditions require its use as determined by the Engineer. b. Class B Bedding. Class B bedding shall be used for all ductile iron pipelines and for all other pipelines not otherwise specified. 3-9.02. Embedment. Granular embedment shall be pea gravel or crushed rock with rounded or subrounded particles; crushed rock with sharp edges which could cause significant scratching or abrasion of the pipe or damage to the polyethylene tube protection shall not be used. Inundated sand may be used for granular embedment in locations where the use of water will cause no damage to adjacent property and where it can be placed and properly compacted without damage to the pipe. Inundated sand, if used for granular embedment, shall conform to the requirements for inundated sand backfill as specified herein. (City of Lubbock ) (Southeast Water Reclamation Plant) 07/21/98 (Digester No. 9 Rehabilitation ) 02200 cjs (36466 ) -7- DAT 3-9.03. Placement and Compaction. Granular embedment material shall be spread and the surface graded to provide a uniform and continuous support beneath the pipe at all points between bell holes or pipe joints. It will be permissible to slightly disturb the finished subgrade surface by withdrawal of pipe slings or other lifting tackle. After each pipe has been graded, aligned, and placed in final position on the bedding material, and shoved home, sufficient pipe embedment material shall be deposited and compacted under and around each side of the pipe and back of the bell or end thereof to hold the pipe in proper position and alignment during subsequent pipe jointing and embedment operations. Embedment material shall be deposited and compacted uniformly and simul- taneously on each side of the pipe to prevent lateral displacement. Each lift of granular embedment material shall be vibrated with a mechanical probe type vibrator during placement to ensure that all spaces beneath the pipe are filled. Each lift of embedment material shall be compacted with a platform type vibrating compactor to at least 70 percent relative density as determined by ASTM D4253 and D4254. 3-10. TRENCH BACKFILL. All trench backfill above pipe embedment shall conform to the following requirements. A layer of backfill material not more than 8 inches deep may be placed over concrete arch encasement or concrete reaction blocking after the concrete has reached its initial set, to aid curing. No additional backfill shall be placed over arch encasement or blocking until the concrete has been in place for at least 3 days. 3-10.01. Compacted Backfill. Compacted backfill will be required for the full depth of the trench above the embedment in the following locations: Where beneath pavements, surfacings, driveways, curbs, gutters, walks, or other surface construction or structures. At the option of the Contractor, compacted backfill may be (a) suitable job excavated material, or (b) granular material, or as described below: a. Job Excavated Material. Job excavated material may be used for compacted backfill when the job excavated material is finely divided and free from debris, organic material, cinders, any corrosive material, and stones larger than 3 inches in greatest dimension. Masses of moist, stiff clay shall not be used. Job excavated materials shall be (City of Lubbock ) (Southeast Water Reclamation Plant) 07/21/98 (Digester No. 9 Rehabilitation ) 02200 cjs (36466 ) -8- DAT placed in uniform layers not exceeding 8 inches in uncompacted thickness. Each layer of material shall have the best possible moisture content for satisfactory compaction. The material in each layer shall be wetted or dried as required and thoroughly mixed to ensure uniform moisture content and adequate compaction. Increased layer thickness may be permitted for noncohesive material if the Contractor demonstrates to the satisfaction of the Engineer that the specified compacted density will be obtained. The method of compaction and the equipment used shall be appropriate for the material to be compacted and shall not transmit damaging shocks to the pipe. Job excavated material shall be compacted to 95 percent of maximum density at optimum moisture content, as determined by ASTM D698 when that test is appropriate, or to 70 percent relative density, as determined by ASTM D4253 and D4254 when those tests are appropriate. b. Granular Material. Granular material shall be deposited in uniform layers not exceeding 12 inches in compacted thickness and shall be compacted to 70 percent relative density as determined by ASTM D4253 and D4254. 3-10.02. Uncompacted Backfill. Compaction of trench backfill above pipe embedment in locations other than those specified will not be required except to the extent necessary to prevent future settlement. The Contractor shall be responsible for backfill settlement as specified. Uncompacted earth backfill material to be placed above embedments shall be free of brush, roots more than 2 inches in diameter, debris, cinders, and any corrosive material, but may contain rubble and detritus from rock excavation, stones, and boulders in certain portions of the trench depth. Uncompacted backfill material above embedments shall be placed by methods which will not impose excessive concentrated or unbalanced loads, shock, or impact on installed pipe, and which will not result in displacement of the pipe. Compact masses of stiff clay or other consolidated material more than 1 cubic foot in volume shall not be permitted to fall more than 5 feet into the trench, unless cushioned by at least 2 feet of loose backfill above pipe embedment. No uncompacted trench backfill material containing rocks or rock excavation detritus shall be placed in the upper 18 inches of the trench, nor shall any stone larger than 8 inches in its greatest dimension be placed within 3 feet of the top of pipe. Large stones may be placed in the remainder of the trench backfill (City of Lubbock ) (Southeast Water Reclamation Plant) 07/21/98 (Digester No. 9 Rehabilitation ) 02200 cjs (36466 ) -9- DAT only if well separated and so arranged that no interference with backfill settlement will result. 3-11. STRUCTURE BACKFILL. The quality and moisture content of materials for backfill around and outside of structures shall conform to the requirements for materials used for earthfills and embankments. Backfill materials shall be deposited in layers not to exceed 8 inches in uncompacted thickness and shall be compacted to at least 95 percent of maximum density at optimum moisture content as determined by ASTM D698. Compaction of structure backfill by rolling will be permitted, provided the desired compaction is obtained and damage to- the structure is prevented. Compaction of structure backfill by inundation with water will not be permitted. No backfill shall be deposited or compacted in water. Particular care shall be taken to compact structure backfill which will be beneath pipes, drives, roads, parking areas, walks, curbs, gutters, or other surface construction or structures. In addition, wherever a trench is to pass through structure backfill, the structure backfill shall be placed and compacted to an elevation not less than 12 inches above the top of pipe elevation before the trench is excavated. Compacted areas, in each case, shall be adequate to support the item to be constructed or placed thereon. 3-12. DRAINAGE MAINTENANCE. Trenches across roadways, driveways, walks, or other trafficways adjacent to drainage ditches or watercourses shall not be backfilled prior to completion of backfilling the trench on the upstream side of the trafficway, to prevent impounding water after the pipe has been laid. Bridges and other temporary structures required to maintain traffic across such unfilled trenches shall be constructed and maintained by the Contractor. Backfilling shall be done so that water will not accumulate in unfilled or partially filled trenches. All material deposited in roadway ditches or other watercourses crossed by the line of trench shall be removed immediately after backfilling is completed, and the original section, grades, and contours of ditches or watercourses shall be restored. Surface drainage shall not be obstructed longer than necessary. 3-13. FINAL GRADING AND PLACEMENT OF TOPSOIL. After other outside work has been finished, and backfilling and embankments completed and settled, all areas which are to be graded shall be brought to grade at the indi- cated elevations, slopes, and contours. All cuts, fills, embankments, and other areas which have been disturbed or damaged by construction operations shall be surfaced with topsoil to a depth of at least 4 inches. Topsoil shall be of a quality at least equal to the existing topsoil in adjacent areas, free from trash, stones, and debris, and well suited to support plant growth. (City of Lubbock ) (Southeast Water Reclamation Plant) 07/21/98 (Digester No. 9 Rehabilitation ) 02200 cjs (36466 ) _10- DAT Use of graders or other power equipment will be permitted for final grading and dressing of slopes, provided the result is uniform and equivalent to manual methods. All surfaces shall be graded to secure effective drainage. Unless otherwise indicated, a slope of at least 1 percent shall be provided. Final grades and surfaces shall be smooth, even, and free from clods and stones, weeds, brush, and other debris. 3-14. DISPOSAL OF EXCESS EXCAVATED MATERIALS. Insofar as needed, suitable excavated materials shall be used in fills and embankments. All unused suitable excess excavated materials, together with all debris, stones, logs, stumps, roots, and other unsuitable materials, shall be removed from the site and disposed of by, and at the expense of, the Contractor. 3-15. SETTLEMENT. The Contractor shall be responsible for all settlement of backfill, fills, and embankments which may occur within the correction period stipulated in the General Conditions. The Contractor shall make, or cause to be made, all repairs or replacements made necessary by settlement within 30 days after notice from the Engineer or the Owner. End of Section (City of Lubbock ) (Southeast Water Reclamation Plant) 07/21/98 (Digester No. 9 Rehabilitation ) 02200 cjs (36466 ) -11- DAT W w a N n t Co J3 U U L+- Ln N O Co m c� z n w z w m 'J J J s U lL w U � m z w z 0 w Co w J J s-- LA. W U tm F- z w z 0 w m z w J J U Q m z w w m z w oREINFORCING STEEL x WHEN REQUIRED o a 00 1 1/4 BC o- BC + (200mm) 8" MIN Cr Z _ 1 �a•s •s IS ENCASEMENT MAY BE co PLACED TO FULL TRENCH :.-::..ELASS:;::•:A:::::c::•::;•::•:c WIDTH ARCH ENCASEMENT E E o Cr sLn w Co — z �- �caf 0' CLASS B E O C _ Ln w Co �- $ �- .r co z co CLASS C s TABLE OF EMBEDMENT DEPTHS BELOW PIPE U m a a D MIN SOIL MIN ROCK in mm in mm 27"(675 mm) b SMALLER 3 7S 6 ISO 30"(750 mm) TO 60"(1500 MM) 4 100* 9 22S 66"(1650 mm) a LARGER 6 ISO 12 300 Black & Veatch NOTES: 1. GRANULAR EMBEDMENT MATERIAL SHALL BE CRUSHED ROCK OR PEA GRAVEL COARSE AGGREGATE SIZE NUMBER 7 (13 TO 4.75) ASTM C33. EMBEDMENT MATERIAL SHALL BE PLACED IN LAYERS NOT MORE THAN 6" (1SOmm) DEEP AND COMPACTED AS SPECIFIED. 2. HAND PLACED EMBEDMENT SHALL BE FINELY DIVIDED MATERIAL FREE FROM DEBRIS AND STONES. 3. COMPACTED EMBEDMENT SHALL BE FINELY DIVIDED JOB EXCAVATED MATERIAL FREE FROM DEBRIS, ORGANIC MATERIAL, AND STONES. PLACED IN UNIFORM LAYERS NOT MORE THAN 8" THICK, AND COMPACTED TO SS% MAXIMUM DENSITY AS DETERMINED BY ASTM 06981 INUNDATED SAND] OR GRADED GRAVEL. GRANULAR EMBEDMENT MAY BE SUBSTITUTED FOR ALL OR PART OF THE COMPACTED EMBEDMENT. 4. EMBEDMENT ABOVE THE TOP OF THE PIPE SHALL BE AN UNCOMPACTEO LAYER FOR ALL INSTALLATIONS. S. REFER TO SPECIFICATIONS FOR GEOTECHNICAL FABRIC OR SPECIAL EMBEDMENT REQUIREMENTS FOR TRENCHES IN FINE SOILS EXTENDING BELOW GROUNDWATER LEVEL. 6. TRENCH OUTLINES DO NOT INDICATE ACTUAL TRENCH EXCAVATION SHAPE, SOIL CONDITIONS, OR PRESENCE OF SHEETING LEFT IN PLACE. EMBEDMENT MATERIAL SHALL EXTEND THE FULL WIDTH OF THE ACTUAL TRENCH EXCAVATION. LEGENO BC OUTSIDE DIAMETER OF PIPE H COVER ABOVE TOP OF PIPE D NOMINAL PIPE SIZE a EMBEDMENT BELOW PIPE (SEE TABLE) HAND PLACED EMBEDMENT x COMPACTED EMBEDMENT GRANULAR EMBEDMENT CONCRETE. EMBEDMENTS FOR CONDUITS x OR GRANULAR EMBEOMENTI FIG 1-02200 Section 05990 STRUCTURAL AND MISCELLANEOUS METALS PART 1 - GENERAL 1-1. SCOPE. This section covers all items fabricated from metal shapes, plates, sheets, rods, bars, or castings and all other wrought or cast metal, except component parts of equipment and items covered by other sections. Fabricated metal items which are indicated on the drawings but not mentioned specifically herein shall be fabricated in accordance with the applicable requirements of this section. 1-2. GENERAL. Structural and miscellaneous metal work shall be fabricated in conformity with dimensions, arrangements, sizes, and weights or thicknesses specified or indicated on the drawings. All members and parts, as delivered and erected, shall be free of winds, warps, local deformations, and unauthorized bends. Holes and other provisions for field connections shall be accurately located and shop checked so that proper fit will result when the units are assembled in the field. Erection drawings shall be prepared, and each separate piece shall be marked as indicated thereon. All field connection materials shall be furnished. Structural and miscellaneous metal work shall be stored on blocking so that no metal touches the ground and water cannot collect thereon. The material shall be protected against bending under its own weight or superimposed loads. Before assembly, surfaces to be in contact with each other shall be thoroughly cleaned. All parts shall be assembled accurately as indicated on the drawings. Light drifting will be permitted to draw parts together, but drifting to match unfair holes will not be permitted. Any enlargement of holes necessary to make connections in the field shall be done by reaming with twist drills. Enlarging holes by burning will not be permitted. 1-3. SUBMITTALS. Complete data, detailed drawings, and setting or erection drawings covering all structural and miscellaneous metal items shall be submitted in accordance with the submittals section. All welds shall be properly identified on the detailed shop drawings. (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/98 (Digester No. 9 Rehabilitation ) 05990 bk (36466 ) -1- DAT Submittals for high strength bolts and load indicator washers shall include statements from the bolt and washer manufacturers certifying satisfactory compliance with the governing standards and the specified tests. PART 2 - PRODUCTS 2-1. MATERIALS. Steel Shapes, Plates, and Bars Sheets Pipe Bolts and Nuts Unfinished Nuts, Self -Locking Washers Flat Lock Stainless Steel Plates Bolts Nuts (City of Lubbock ) (Southeast Water Reclamation Plant) (Digester No. 9 Rehabilitation ) (36466 ) ASTM A36. ASTM A366 or A569. ASTM A53, Type E or S, Grade B; ASTM A500, Grade B, C, or D; or ASTM A501. ASTM A307. Prevailing torque type; IFI-100, Grade A. ASTM F844. ANSI/ASME B18.21.1, helical spring type. ASTM A240, Type 304L. ASTM F593, Alloy Group 1 or 2. ASTM F594, Alloy Group 1 or 2. 10/29/98 05990 bk -2- DAT Washers Flat ANSI B18.22.1. Lock ANSI/ASME B18.21.1, helical spring type. Aluminum Grating ASTM B221, Alloy 6063-T6, mechanically locked; Klemp "I -Bar", Reliance "I-Lok", or Universal "Uni-Lok". Chain Fed Spec RR-C-271, Type I, Grade C, Class 5, Style 2, galvanized; welded steel, twist -link style, short link pattern. Handrail -Setting Cement Bird Screen Body Solder Shop Coatings Master Builders "Set 45" or Minwax "Super Por-Rok Cement". 2 mesh, brass or copper wire cloth, min wire dia 0.063 inch. Flux -core wire, ASTM B32, Alloy Grade 20B. Universal Primer Ameron "Amercoat 180 Synthetic Resin Coating", Carboline "888 Primer", or Tnemec "Series 37H Chem -Prime H.S.". Red Oxide Primer SSPC 15, Type 1, or Fed Spec TT-P-636. Epoxy Enamel Gray; Ameron "Amerlock 400 High - Solids Epoxy Coating", Carboline "Super Hi -Gard 891 ", or Tnemec "Series 140 Pota-Pox Plus". Asphalt Varnish (City of Lubbock ) (Southeast Water Reclamation Plant) (Digester No. 9 Rehabilitation ) (36466 ) Fed Spec TT-C-494. 10/29/98 05990 bk -3- DAT 2-2. STRUCTURAL AND MISCELLANEOUS STEEL. Except as otherwise specified or indicated on the drawings, all materials and work shall conform to the applicable provisions of the AISC "Manual of Steel Construction - Allowable Stress Design", Parts 1, 2, 3, and 4, and the "Specification for Structural Steel Buildings". 2-3. STRUCTURAL AND MISCELLANEOUS ALUMINUM. Unless otherwise noted, all materials and work shall conform to applicable provisions of the Aluminum Association "Standard for Aluminum Structures". All members shall be Aluminum Association standard structural shapes. Fabrication work shall be in accordance with current industry practice. 2-4. RAILINGS. Unless otherwise indicated on the drawings, all railings provided under this section shall be of the same type and design. Aluminum railings shall be provided, except where steel railings are designated on the drawings or specified. All welding of aluminum shall be done in accordance with recommendations of the American Welding Society. Welds shall be free of porosity, cracks, holes, and flux. All fasteners used in connection with aluminum railings shall be stainless steel. 2-4.01. Aluminum Railings. All aluminum railings, shall be Universal "Uni-Rail" or Moultrie "Wesrail" in -line, prefabricated 1-1/2 inch railing, generally as specified and as indicated on the drawings. All prefabricated aluminum railings shall be provided with the manufacturer's standard clear anodic A41 finish. 2-4.02. Connections. All angles, offsets, or other changes in alignment in pipe railings shall be made with R & B Wagner railing ells and welding connectors. All fittings and connections in prefabricated aluminum railings shall be as recommended by the railing manufacturer. Field joints in welded railings shall be made with R & B Wagner "Double -Lock Splice -Lock", at least 3-3/4 inches long. 2-4.03. Fabrication. Railings shall be smooth, with all projecting joints and sharp corners ground smooth. Welded joints shall be flush type. Members shall be neatly coped and continuously welded or mechanically connected at all junctions. Top rails shall run continuously over posts. All rails and posts shall be in the same plane and shall not be offset. All welding shall be done neatly (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/98 (Digester No. 9 Rehabilitation ) 05990 bk (36466 ) -4- DAT and substantially by a process (e.g., TIG or MIG) producing a smooth weld. All weld spatter and burrs shall be removed, and all welds shall be thoroughly brushed with a stainless steel power wire brush. A safety chain fabricated of 1/4 inch galvanized chain shall be provided across each opening in the railings where indicated on the drawings. The chain shall be fastened to one railing post by a stainless steel eyebolt, and shall engage a similar eyebolt on the opposite post by means of a 2-1/2 inch heavy-duty, cadmium -plated harness snap. The chain length shall be as required by the width of the opening. Sleeves for fixed handrail posts shall be fabricated from Schedule 40 black steel pipe and shall be hot -dip galvanized after fabrication. Sleeves shall provide at least 1/4 inch clearance all around each post and shall be 5 inches long unless otherwise indicated on the drawings. For removable posts, the outer sleeve shall be fabricated from Schedule 40 black steel pipe and shall be hot -dip galvanized after fabrication. The inner sleeve shall be Schedule 40 PVC pipe. Removable handrail sections shall be so designed that each section has two posts. 2-5. CHECKERED FLOOR PLATES. Checkered floor plates shall be aluminum . All checkered plates which are not required to be bolted or welded in place shall be provided with lifting holes to facilitate removal. Warped or bent checkered plates shall be shop straightened so that they will lie perfectly flat. Checkered plates shall be secured to steel shapes using 3/8 inch stainless steel slotted flathead machine screws at 12 inch centers using Lindapter "Floor -Fast" stepped locking fasteners as indicated on the drawings. Steel frames anchored to or cast in concrete to support checkered plates shall be hot -dip galvanized after fabrication. 2-6. SHOP COATING. All structural and miscellaneous metal items shall be shop coated as specified herein. The requirements for field painting are covered in the painting section. 2-6.01. Cleaning. Surfaces shall be dry and of proper temperature when coated, and shall be free of grease, oil, dirt, dust, grit, rust, loose mill scale, weld flux, slag, weld spatter, and other objectionable substances. Articles to be galvanized shall be pickled before galvanizing. All other ferrous metal surfaces (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/98 (Digester No. 9 Rehabilitation ) 05990 bk (36466 ) -5- DAT shall be cleaned by high-speed power wire brushing or by blasting to the extent recommended by the paint manufacturer. Welds shall be scraped, chipped, and brushed to remove all weld spatter. 2-6.02. Edge Grinding. Sharp projections of cut or sheared edges of ferrous metals shall be ground to a radius as required to ensure satisfactory paint adherence. 2-6.03. Galvanizing. All galvanizing shall be done by the hot -dip process after fabrication, in conformity with the requirements of ASTM A123, A153, and A385. Where galvanized bolts are indicated on the drawings or specified, the use of zinc -plated bolts will not be acceptable. 2-6.04. Castings. Shop coating of miscellaneous iron castings will not be required. 2-6.05. Steel. Unless otherwise specified, all ungalvanized structural and miscellaneous steel shall be given a universal prime coat in the shop after fabrication. Steel surfaces shall be prime -coated as soon as practicable after cleaning. All painting shall be done in a heated structure if the outside air temperature is below 50°F. Steel shall not be moved or handled until the shop coat is dry and hard. 2-6.06. Aluminum. All surfaces of aluminum which will be in contact with concrete, mortar, or dissimilar metals shall be given a coat of epoxy enamel. The end of each aluminum railing post installed in concrete with handrail -setting cement shall be dipped in a container of coal tar paint to coat the interior and exterior surfaces of the rail up to the maximum depth of embedment before installation. 2-6.07. Stainless Steel. Unless otherwise specified or permitted, all items fabricated from stainless steel shall be thoroughly cleaned, degreased, and pickled after fabrication. Pickling shall produce a modest etch and shall remove all embedded iron and heat tint. Pickled surfaces shall be subjected to a 24 hour water test or a ferroxyl test to detect the presence of residual embedded iron and shall be repickled as required to remove all traces of iron contamination. Pickled surfaces shall be adequately protected during shipping, handling, and installation to prevent contact with iron or steel objects or surfaces. Blast cleaning of stainless steel will not be acceptable. (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/98 (Digester No. 9 Rehabilitation } 05990 bk (36466 } -6- DAT 2-6.08. Other Surfaces. Shop coating of zinc coated steel, stainless steel, or bronze surfaces will not be required. 2-6.09. Film Thickness. The dry film thickness of the shop coating shall be at least 2.0 mils for universal primer and at least 5 mils larger for epoxy enamel. PART 3 - EXECUTION 3-1. STRUCTURAL AND MISCELLANEOUS STEEL 3-1.01. Connections. Unless otherwise noted, connections shall conform to the details indicated on the drawings. The shop fabricated portion of structural connections shall be welded or bolted. The shop portion of beam to column connections shall be attached to the beam unless otherwise indicated on the drawings. Unless otherwise noted, bolted connections for structural steel, as defined in the AISC manual, shall be made with 3/4 inch ASTM A325 high strength bolts equipped with load indicator washers. Field welded connections will not be acceptable for structural steel unless indicated on the drawings. Connections for miscellaneous steel fabrications not included in the AISC definition of structural steel may be made with stainless steel bolts. All stainless steel bolts shall be equipped with self-locking nuts or with unfinished nuts and lock washers. Bolted connections shall be friction type, except where other types are specifically indicated on the drawings. Contact surfaces of friction connections shall not be painted. When assembled, all joint surfaces, including those adjacent to the bolt heads, nuts, or washers, shall be free of loose mill scale, dirt, burrs, oil, paint, lacquer, galvanizing, and other foreign material that would prevent solid seating of the parts. Bolt holes shall have a diameter nominally 1/16 inch larger than the nominal bolt diameter. Bolt holes for one ply only of vertical diagonal bracing connections may be oversized to a diameter nominally 3/16 inch larger than the nominal bolt diameter. If oversized holes are provided in an outer ply, a hardened flat washer shall be installed over each hole during bolting. Slotted holes shall not be used except for girt connections and other locations specifically indicated on the drawings. (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/98 (Digester No. 9 Rehabilitation ) 05990 bk (36466 ) -7- DAT Beveled washers shall be used when the bearing faces of bolted parts have a slope of 1:20 or greater with respect to a plane perpendicular to the bolt axis. Bolt length shall be increased as required to accommodate the beveled washers. 3-1.02. Welding. Welding and related operations shall conform to applicable provisions of the Structural Welding Code, AWS D1.1. All welding shall be performed in accordance with written procedures, using only those joint details which have prequalified status when performed in accordance with AWS D1.1. Welding processes shall be limited to those listed in AWS D1.1, Paragraph 1.3.1, except that the short circuiting transfer mode shall not be used. Filler metal shall be of the type listed in AWS D1.1, Section 4.1 and Table 4.1. Connections for structural steel and for stairs shall be made with filler metal having a minimum tensile strength of 70 ksi. Connections for miscellaneous steel fabrications not included in the AISC definition of structural steel, except stairs, shall be made with filler metal having a minimum tensile strength of 60 ksi or greater. Welds not dimensioned on the drawings shall be sized to develop the full strength of the least strength component of the connection. Where structural or miscellaneous steel connections are welded, all buff and miter welds shall be continuous and, where exposed to view, shall be ground smooth. Intermittent welds shall have an effective length of at least 2 inches and shall be spaced not more than 6 inches apart. 3-1.03. Field Erection. Structural steel shall be erected so that individual pieces are plumb, level, and aligned within a tolerance of 1:500. The elevations of the top of the floor and of the roof members shall be within 1/16 inch of the elevations indicated on the drawings. Unless otherwise acceptable to the Engineer, a platform or other means of access shall be provided at each field connection to facilitate inspection. Baseplates shall be set level in exact position and grouted in place. The faces of girts and other supporting members for rigid wall panels shall be in vertical planes within a maximum variation of 1 /8 inch. 3-2. RAILINGS. When railings are assembled, all posts shall be plumb and longitudinal members shall be parallel with each other and with the floor surface or slope of stairs. In any section or run of railing, the center lines of all members shall be in true alignment, positioned in the same vertical plane. (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/98 (Digester No. 9 Rehabilitation ) 05990 bk (36466 ) -8- DAT Suitable wall brackets shall be provided where shown or required. Wall brackets shall be securely anchored to walls with AISI 300 Series stainless steel bolts and expansion anchors. All posts in fixed handrail sections shall be rigidly attached to the supporting structure. Unless otherwise noted, posts shall be attached to concrete structures by setting in sleeves. Sleeves shall be rigidly supported in accurate alignment in the forms and shall be positioned vertically so that the top of each sleeve is approximately 1/2 inch below the finished concrete surface. The position of all sleeves shall be carefully measured before railings are fabricated. When the railing is set, the posts shall be wedged in accurate alignment, and the annular space between the posts and sleeves shall be filled with handrail -setting cement to the top of the steel sleeve. Filling of the remaining space with sealant, as indicated on the drawings, is covered in the caulking section. Where so indicated, attachments shall be made with flanges or with other special attachments or anchorages. Maximum spacing for posts shall be 5 feet for aluminum railings. For the removable handrail sections, inner sleeves shall be set in outer sleeves in the same manner as specified herein for the setting of fixed posts. Particular care shall be taken to ensure that the inner sleeves are accurately spaced and plumbed, so that the handrail sections, when set in position, will stand in proper alignment and will be removable without binding. Handrails in outdoor locations shall have slip joints at least every 30 feet to permit expansion and contraction. The gap at each slip joint shall be not less than 1/8 inch nor more than 3/8 inch. Welding connectors and splice locks shall be installed in accordance with the manufacturer's recommendations. Other methods of making connections and changes in alignment will be considered, provided complete information covering the proposed method is submitted to the Engineer for review. After installation, railings shall be checked for final alignment, using a tightly drawn wire for reference. The maximum misalignment tolerance for railings shall be 1/8 inch in 12 feet. Bent, deformed, or otherwise damaged railings shall be replaced. End of Section (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/98 (Digester No. 9 Rehabilitation ) 05990 bk (36466 ) -9- DAT Section 07210 DIGESTER ROOFING INSULATION PART 1 - GENERAL 1-1. SCOPE. This section covers the furnishing and installation of a roofing insulation system for Digester No. 9 which has a domed, floating, steel cover roof. 1-2. GENERAL. Except as otherwise indicated or specified, Digester No. 9 shall be covered with an insulated roofing system. Contractor shall field verify roofing penetrations and modify insulation as required for actual penetration. See project requirements section for additional information. 1-3. SUBMITTALS. Complete specifications and data covering the materials furnished under this section shall be submitted in accordance with the submittals section. Drawings shall be submitted showing the outline of the roof area, roof size, location, size and types of roof penetrations, perimeter and securement details, special details, and installation instructions. Drawings shall be submitted showing insulation sheet layout for upper and lower layers of insulation. PART 2 - PRODUCTS 2-1. MATERIALS. Materials to be used shall be as follows: Insulation Concrete Faced, Extruded polystyrene foam panels Top Layer 2 inches thick with 3/8 inch factory applied latex modified concrete facing; T. Clear Corp. "Lightguard" or approved equal. Flashing Material Uncured EPDM, min 0.060 inch thick. 2-2. PRODUCT DELIVERY, STORAGE, AND HANDLING. 2-2.01. Delivery. Materials shall be delivered in original, unopened containers, labeled with manufacturer's name, brand name, installation instructions, and identification of various items. (City of Lubbock ) (Southeast Water Reclamation Plant) 09/14/98 (Digester No. 9 Rehabilitation ) 07210 bk (36466 ) -1- DAT 2-2.02. Storage and Handling. All materials shall be stored and handled in accordance with the recommendations of the manufacturer. 2-3. PERFORMANCE AND DESIGN REQUIREMENTS. Minimum design loadings and requirements shall be in accordance with the local building code and as specified herein. (1) A wind load due to basic wind speed of 80 mph shall be applied and proportioned as pressure, suction, and uplift forces in accordance with 1994 Uniform Building Code. Individual panels shall be designed to accommodate the curvature of the digester cover. Individual panel size shall not be larger than 2- feet by 2-feet unless otherwise required by the manufacturer. PART 3 - EXECUTION 3-1. INSTALLATION. 3-1.01. Preparation of Roof Surface. The existing steel digester cover shall be thoroughly cleaned of any debris, dust, or dirt and inspected before any materials are applied. 3-1.02. Insulation. The insulation system shall consist of an extruded polystyrene foam with factory applied, lightweight concrete skin. The insulation shall be laid with the concrete surface facing up. Tongue -and -groove joints shall fit securely together, not forced in place. Insulation boards shall be laid with joints staggered between parallel courses . Gaps resulting from trimming sheet edges at existing building perimeter shall not exceed 2 inches. The edge of all insulation boards exposed to sunlight shall be painted as recommended by the manufacturer. 3-1.03. Flashings. Any items which penetrate the roof shall be flashed with uncured EPDM as,recommended by the manufacturer. 3-2. INSPECTION. The roofing products manufacturer's representatives and the roofing subcontractor shall conduct all required inspections and submit all (City of Lubbock } (Southeast Water Reclamation Plant } 09/14/98 (Digester No. 9 Rehabilitation ) 07210 bk (36466 ) -2- DAT required drawings, details, and complete questionnaires to the roofing manufacturer for obtaining the specified warranty. Extruded polystyrene foam panel with factory applied concrete facing having two or more cracks running from edge to edge are considered defective and shall not be installed. 3-3. ROOFING PERFORMANCE. The manufacturer of the roofing materials, through the roofing subcontractor, shall furnish to the Owner a warranty covering the workmanship and materials for a period of 10 years from the date of acceptance. The warranty shall provide for the repairs that may occur due to defective materials, improper workmanship, and normal weather conditions. End of Section (City of Lubbock ) (Southeast Water Reclamation Plant) 09/14/98 (Digester No. 9 Rehabilitation ) 07210 bk (36466 ) -3- DAT Section 07900 CAULKING PART 1 - GENERAL 1-1. SCOPE. This section covers caulking and sealing. 1-2. GENERAL. The terms "caulking" and "sealing", as used on the drawings and in these specifications, are synonymous. Both terms indicate the materials specified herein. Oil -base caulking shall not be used on this project. 1-3. SUBMITTALS. Specifications and data covering the materials proposed for use shall be submitted in accordance with the submittals section. PART 2 - PRODUCTS 2-1. MATERIALS. Thiokol Sealant Nonsag Nonsubmerged Service Urethane Sealant Nonsag Fed Spec TT-S-00227; polysulfide rubber, two component. Pecora "GC-5" or Sonneborn "Sonolastic". Fed Spec TT-S-00227 and ASTM C920; two component. Nonsubmerged Bostik "Chem -Calk 500", Mameco Service "Vulkem 227", Pecora "Dynatrol II", PRC "Permapol RC-2", or Tremco "DYmeric". Acrylic Sealant Fed Spec TT-S-230; Bostik "Chem -Calk 600", Pecora "60+ Unicrylic", or Tremco "Mono". Primer (City of Lubbock ) (Southeast Water Reclamation Plant) (Digester No. 9 Rehabilitation ) (36466 ) As recommended by the sealant manufacturer. 072198 07900 bk -1- DAT Backup Material Polyethylene or polyurethane foam as recommended by the sealant manufacturer; Dow "Ethafoam SB" or Plateau "Denver Foam". Bondbreaker Tape Adhesive -backed as recommended manufacturer. polyethylene tape by the sealant 2-2. COLORS. Sealant color shall be the manufacturer's standard gray. 2-3. LOCATIONS TO BE CAULKED. 2-3.01. With Thiokol or Urethane Sealant (Nonsag) - Nonsubmerged Service. Entire perimeter of metal louvers. Other locations where caulking is indicated on the drawings, specified in other sections, or required for weatherproofing. 2-3.02. With Acrylic Sealant. Watertight joints in aluminum sheet metal work. PART 3 - EXECUTION 3-1. JOINT PREPARATION. All surfaces to receive sealant shall be clean, dry, and free from dust, grease, oil, or wax. Concrete surfaces which have been contaminated by form oil, paint, or other foreign matter which would impair the bond of the sealant to the substrate shall be cleaned by sandblasting. All surfaces shall be wiped with a clean cloth saturated with xylol or other suitable solvent, and shall be primed before the sealant is applied. Unless otherwise recommended by the sealant manufacturer and permitted by the Engineer, the depth of sealant in a joint shall be equal to the width of the joint, but not more than 1/2 inch. Backup material shall be provided as necessary to control the depth of sealant and shall be of suitable size so that, when compressed 25 to 50 percent, the space will be filled. Backup material shall be rolled or pressed into place in accordance with the manufacturer's installation instructions, avoiding puncturing and lengthwise stretching. If depth of the joint does not permit use of backup material, bondbreaker tape shall be placed at the bottom of the joint to prevent three -sided adhesion. (City of Lubbock ) (Southeast Water Reclamation Plant) 072198 (Digester No. 9 Rehabilitation ) 07900 bk (36466 ) -2- DAT 3-2. SEALING. Sealing work shall be done before any field painting work is started. The air temperature and the temperature of the sealed surfaces shall be above 50OF when sealing work is performed. Upon completion of the sealing work, each sealed joint shall have a smooth, even, tooled finish, flush with the edges of the sealing recess, and all adjacent surfaces shall be clean. Sealant shall not lap onto adjacent surfaces. Any sealant so applied as to prevent the painting of adjacent surfaces to a clean line, or with an excess of material outside the joint and feathered onto surfaces, shall be removed and the joint resealed. End of Section (City of Lubbock ) (Southeast Water Reclamation Plant) 072198 (Digester No. 9 Rehabilitation ) 07900 bk (36466 ) -3- DAT Section 09900 PAINTING PART 1 - GENERAL 1-1. SCOPE. This section covers field painting or coating, including surface preparation, protection of surfaces, and other appurtenant work. Regardless of the number of coats previously applied, at least two field coats in addition to any shop or field prime coats shall be applied to all surfaces unless otherwise specified. 1-2. GENERAL. Cleaning, surface preparation, coating application, and thickness shall be as specified herein and shall meet or exceed the coating manufacturer's recommendations. When the manufacturer's minimum recommendations exceed the specified requirements, the Contractor shall comply with the manufacturer's minimum recommendations. When equivalent products are acceptable to the Engineer, the Contractor shall comply with this specification and the coating manufacturer's recommendations. 1-3. SUBMITTALS. The Contractor shall submit color cards for all coatings proposed for use, together with complete descriptive specifications and the completed Coating System Data Sheets, to the Engineer for review and color selection. Requests for review submitted directly to the Engineer by coating suppliers will not be considered. When the proposed products will be in contact with treated or raw water in potable water treatment facilities, the Contractor shall submit certifications that the proposed systems are in compliance with ANSI/NSF 61. The Contractor shall submit a Coating System Data Sheet for every field coating system that will be used on the contract, using the appropriate Coating System Data Sheet forms (Figures 1-09900 and 2-09900) at the end of this section. Each field coating system shall be acceptable to the coating material manufacturer. Each proposed coating system shall be assigned a unique number with a prefix letter based on the following: (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/98 (Digester Rehabilitation ) 09900 bk (36466 ) -1- DAT Prefix Surfaces Figure A Iron and steel 2 C Concrete and concrete block 1 D Drywall and plaster 1 E Equipment - submerged - nonsubmerged 1 2 F Nonferrous metal 1 G Galvanized 1 H High temperature 1 P PVC and FRP 1 W Wood 1 Each coating system that will be applied entirely in the field shall be assigned only a prefix letter and no suffix letter. When appropriate under the indicated conditions, the following suffix shall be added to the coating system numbers: - F Each shop -applied coating system that includes a finish coat applied in the field. A separate Coating System Data Sheet shall be developed and submitted for each variation or change in a coating system or surface to be coated. PART 2 - PRODUCTS 2-1. ACCEPTABLE MANUFACTURERS. 2-1.01. Alternative Manufacturers. In addition to the coatings listed herein, equivalent coatings of the following manufacturers will also be acceptable: Devoe Rust-Oleum Glidden Sherwin-Williams MAB Valspar 2-1.02._-Equivalent .Coatings. Whenever a coating is specified by the name of a proprietary product or of a particular manufacturer or vendor, the specified coating shall be understood as establishing the type and quality of coating desired. Other manufacturers' coatings will be_ accepted, provided that sufficient information is submitted to enable the Engineer to determine that the proposed (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/98 (Digester Rehabilitation ) 09900 bk (36466 ) -2- DAT coatings are equivalent to those named. Information on proposed coatings shall be submitted for review in accordance with the submittals section. Requests for review of equivalency will be accepted only from the Contractor, and will be considered only after the contract has been awarded. 2-2. MATERIALS. All coatings shall be delivered to the job in original unopened containers with labels intact. Coatings shall be stored indoors and shall be protected against freezing. No adulterant, unauthorized thinner, or other material not included in the coating formulation shall be added to the coating for any purpose. All coatings shall conform to the air quality regulations applicable at the location of use. Coating materials which cannot be guaranteed by the manufacturer to conform, whether or not specified by product designation, shall not be used. The Contractor shall be responsible for ensuring the compatibility of field coatings with each other or with the coatings on shop coated or previously coated surfaces. Coatings used in successive field coats shall be produced by the same manufacturer. Coatings used in the first field coat over shop coated or previously coated surfaces shall cause no wrinkling, lifting, or other damage to underlying coats. All intermediate and finish coating materials shall be guaranteed by the manufacturer to be fumeproof and suitable for wastewater plant atmosphere that contains hydrogen sulfide. Coatings that cannot be so guaranteed shall not be used. Lead-free and mercury -free coatings shall be used if available, but in no case shall coatings containing lead or mercury be used that become discolored when exposed to wastewater plant atmosphere. Where coating materials are referenced to Federal or Military Specifications, the reference shall define the general type and quality required, but is not intended to limit acceptable materials to an exact formulation. 2-2.01. Primers. Universal Primer Ameron "Amercoat 180 Synthetic Resin Coating", Carboline "888 Primer", or Tnemec "Series 37H Chem -Prime H.S.". (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/98 (Digester Rehabilitation ) 09900 bk (36466 ) -3- DAT 2-2.02. Intermediate and Finish Coatinas. Epoxy Enamel Ferrous Metal Surfaces, Concrete Surfaces Other Than Floors Aliphatic Polyurethane Medium Consistency Coal Tar Latex Emulsion Ameron "Amercoat 385 Epoxy", Carboline "890", or Tnemec "Series 69 Hi -Build Epoxoline II". Ameron "Amershield Aliphatic Polyurethane", Carboline "Carbothane 134HS", or Tnemec "Series 74 Endura-Shield". Carboline "Kop-Coat Bitumastic Super Service Black" or Tnemec "46-465 H.B. Tnemecol". Acrylic containing at least 50 percent by weight nonvolatile solids. Flat Carboline "Kop-Coat 600 Acrlic", Sherwin-Williams "Weather Perfect Acrylic Latex Series B-36", or Tnemec "Series 6 Tneme-Cryl". Satin Gloss Ameron "Amerguard 220 Acrylic Enamel Satin", Carboline "3350", Sherwin-Williams "Metalatex Semi - Gloss Enamel Series B-42", or Tnemec "Series 7 Tneme-Cryl SG". PART 3 - EXECUTION 3-1. SURFACE PREPARATION. All surfaces to be coated shall be clean and dry and shall meet the recommendations of the coating manufacturer for surface preparation. Freshly coated surfaces shall be protected from dust and other contaminants. Oil and grease shall be completely removed by use of solvents or detergents before mechanical cleaning is started. The gloss of previously coated surfaces shall be dulled if necessary for proper adhesion of topcoats. Surfaces shall be free of cracks, pits, projections, or other imperfections that would interfere with the formation of a smooth, unbroken coating film. (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/98 (Digester Rehabilitation } 09900 bk (36466 ) -4- DAT When applying touchup coating or repairing previously coated surfaces, the surfaces to be coated shall be cleaned as recommended by the coating manufacturer and the edges shall be sanded or wire brushed and feathered or otherwise smoothed so that they will not be noticeable after they are coated. All coatings made brittle or otherwise damaged by heat of welding shall be completely removed. 3-1.01. Galvanized Surfaces. Galvanized surfaces shall be prepared for coating in conformity with the instructions of the manufacturer of the epoxy enamel. Any chemical treatment of galvanized surfaces shall be followed by thorough rinsing with clean water. 3-1.02. Ferrous Metal Surfaces. Ungalvanized ferrous metal surfaces shall be prepared for coating by cleaning using one or more of the following methods as specified: solvents (SSPC-SP1); blasting (SSPC-SPS, -SP6, -SP7, or-SP10); power tools (SSPC-SP3); or hand tools (SSPC-SP2). Oil and grease shall be completely removed in accordance with SSPC-SP1 before beginning any other cleaning method. Surfaces of welds shall be scraped and ground as necessary to remove all slag and weld spatter. Tools which produce excessive roughness shall not be used. All components of equipment that can be properly prepared and coated after installation shall be installed prior to surface preparation. Components of equipment that will be inaccessible after installation shall have the surfaces prepared for coating prior to installation. Motors, drive trains, and bearings shall be protected during surface preparation in accordance with the equipment manufacturer's recommendations. All ferrous metal surfaces which are specified to be coated with epoxy enamel shall have all welds ground smooth and blended and sharp edges ground smooth, if not previously prepared in the shop. The cleaning methods and profiles specified herein are minimums, and if the requirements printed in the coating manufacturer's data sheets exceed the limits specified, the value printed on the data sheets shall become the minimum requirement. 3-1.02.01. Ferrous Metal Surfaces - Nonimmersion Service. Ferrous metal surfaces, including fabricated equipment, in nonimmersion service shall be cleaned to the degree recommended by the coating manufacturer for surfaces to be coated with coal tar epoxy, epoxy enamel, and heat -resistant coatings, except galvanized surfaces. Blast cleaning to at least SSPC-SP6 shall be used where recommended by the coating manufacturer, and may be used elsewhere (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/98 (Digester Rehabilitation ) 09900 bk (36466 ) -5- DAT at the option of the Contractor, provided that no dust is permitted to settle on adjacent wet coating. Surface profile shall be at least 15 percent of the dry film thickness specified for the coating system. 3-1.02.02. Ferrous Metal Surfaces - Immersion Service. Before being coated with epoxy enamel, all ferrous metal surfaces, including fabricated equipment, in a splash zone or immersion service shall have all shop primer removed in the field. Surface preparation of ferrous metal surfaces in immersion service shall consist of blast cleaning to at least SSPC-SP10 and the first application of coating shall be performed on the same day. If more surface area is prepared than can be coated in one day, the uncoated area shall be blast cleaned again to the satisfaction of the Engineer. Surface profile shall be at least 25 percent of the dry film thickness specified for the coating system. 3-1.03. Concrete Surfaces. All concrete surfaces shall be free of objectionable substances and shall meet the coating manufacturer's recommendations for surface preparation. Any other surface preparation recommended by the coating material manufacturer shall be brought to the Engineer's attention and may be incorporated into the work if acceptable to the Engineer. All concrete surfaces shall be dry when coated and free from dirt, dust, sand, mud, oil, grease, and other objectionable substances. Oil and grease shall be completely removed by use of solvents or detergents before mechanical cleaning is started. New concrete shall have cured for at least 4 weeks before coating is applied as recommended by the material manufacturer. Concrete surfaces shall be tested for capillary moisture in accordance with ASTM D4263. There shall be no capillary moisture when coatings are applied on concrete. All surfaces to be coated shall be cleaned in accordance with ASTM D4258 and abraded in accordance with ASTM D4259. Prior to application of the coating, the surfaces shall be thoroughly washed or cleaned by air blasting to remove all dust and residue. Spalled areas, voids, and cracks shall be repaired in accordance with the concrete section and as acceptable to the Engineer. Fins and other surface projections shall be removed to provide a flush surface before application of coating. Except where epoxy enamel is applied as dampproofing, the concrete surfaces, including those -with bug holes less than 1 inch in any dimension, shall be prepared when required and as recommended by the manufacturer, using an epoxy concrete block filler. (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/98 (Digester Rehabilitation ) 09900 bk (36466 ) -6- DAT L 3-1.04. Plastic Surfaces. All wax and oil shall be removed from plastic surfaces that are to be coated, including PVC and FRP, by wiping with a solvent compatible with the specified coating. 3-1.05. Hardware. Hardware items such as bolts, screws, washers, springs, and grease fittings need not be cleaned prior to coating if there is no evidence of dirt, corrosion, or foreign material. 3-2. MIXING AND THINNING. Coating shall be thoroughly mixed each time any is withdrawn from the container. Coating containers shall be kept tightly closed except while coating is being withdrawn. Coating shall be factory mixed to proper consistency and viscosity for hot weather application without thinning. Thinning will be permitted only as necessary to obtain recommended coverage at lower application temperatures. In no case shall the wet film thickness of applied coating be reduced, by addition of coating thinner or otherwise, below the thickness recommended by the coating manufacturer. Thinning shall be done in compliance with all applicable air quality regulations. 3-3. APPLICATION. Coating shall be applied in a neat manner that will produce an even film of uniform and proper thickness, with finished surfaces free of runs, sags, ridges, laps, and brush marks. Each coat shall be thoroughly dry and hard before the next coat is applied. In no case shall coating be applied at a rate of coverage greater than the maximum rate recommended by the coating manufacturer. Coatings showing sags, checks, blisters, teardrops, or fat edges will not be accepted and shall be entirely removed and the surface recoated. 3-3.01. Priming. Edges, corners, crevices, welds, and bolts shall be given a brush coat of primer before application of the primer coat. Special attention shall be given to filling all crevices with coating. Abraded and otherwise damaged portions of shop -applied coating shall be cleaned and recoated as recommended by the manufacturer of the finish coating. Welded seams and other uncoated surfaces, heads and nuts of field -installed bolts, and surfaces where coating has been damaged by heat shall be given a brush coat of the specified primer. Before the specified spot or touchup coating of metal surfaces, edges, corners, crevices, welds, and bolts in the area of the spot or touchup coating shall be given a brush coat of primer. This patch, spot, or touchup coating shall be completed, and the paint film shall be dry and hard, before additional coating is applied. (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/98 (Digester Rehabilitation ) 09900 bk (36466 ) -7- DAT 3-3.02. Epoxy Enamel. Epoxy enamel shall be applied in accordance with the coating manufacturer's recommendations, including temperature limitations and protection from sunlight until topcoated. When applying high build epoxy coatings with a roller or brush and where a dry film thickness of at least 4 - 6 mils per coat is required, two or more coats shall be applied to achieve the recommended dry film thickness equal to a spray applied coating. 3-3.03. Film Thickness. The total coating film thickness, including prime coat (if any), intermediate coats, and finish coat, shall be not less than the following: Type of Coating Medium consistency coal tar Epoxy enamel Surfaces with first coat of epoxy enamel and final coat of aliphatic polyurethane Other surfaces (two coats) All other finishes Minimum Dry Film Thickness 20 mils 7 mils 10 mils 5 mils 3-3.04. Weather Conditions. Coatings shall not be applied, except under shelter, during wet, damp, or foggy weather, or when windblown dust, dirt, debris, or insects will collect on freshly applied coating. Coatings shall not be applied at temperatures lower than the minimum temperature recommended by the coating manufacturer, or to metal surfaces such as tanks or pipe containing cold water, regardless of the air temperature, when metal conditions are likely to cause condensation. When necessary for proper application, a temporary enclosure shall be erected and kept heated until the coating has fully cured. 3-4. REPAIRING FACTORY FINISHED SURFACES. Factory finished surfaces damaged prior to acceptance by the Owner shall be spot primed and recoated with materials equivalent to the original coatings. If, in the opinion of the Engineer, spot repair of the damaged area is not satisfactory, the entire surface or item shall be recoated. 3-5. PROTECTION OF SURFACES. Throughout the work the Contractor shall use drop cloths, masking tape, and other suitable measures to protect adjacent surfaces. The Contractor shall be responsible for correcting and repairing any (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/98 (Digester Rehabilitation ) 09900 bk (36466 ) -8- DAT damage resulting from its or its subcontractors' operations. Coatings spilled or spattered on adjacent surfaces which are not being coated at the time shall be immediately removed. If bituminous coating material is spilled or dropped on any material except metals, the surface shall be cleaned and spot coated with aluminum coating prior to applying the specified coating. Exposed concrete or masonry not specified to be coated which is damaged by coatings shall be either removed and rebuilt or, where authorized by the Owner, coated with two coats of masonry coating. 3-6. FIELD PRIMING SCHEDULE. In general, surfaces of steel, cast iron, and equipment are specified to be shop primed. Any such surfaces which have not been shop primed shall be field primed. Damaged or failed shop coatings which have been determined unsuitable by the Engineer shall be removed and the surfaces shall be field primed. Galvanized, aluminum, stainless steel, wood, and insulated surfaces shall be field primed. Primers used for field priming, unless otherwise required for repair of shop primers, shall be: Surface To Be Primed Equipment, surfaces to be coated with Aliphatic polyurethane Epoxy enamel Coal tar coating Steel and cast iron, surfaces to be coated with Epoxy enamel Coal tar coating Galvanized Stainless steel Plastic surfaces, including PVC and FRP Insulated piping (City of Lubbock ) (Southeast Water Reclamation Plant) (Digester Rehabilitation ) (36466 ) Material Universal primer Same as finish coats Same as finish coats Same as finish coats Same as finish coats Epoxy enamel Epoxy enamel Same as finish coats As recommended by manufacturer of finish coats 10/29/98 09900 bk -9- DAT Surfaces specified to be field coated with clear finish coats need not be primed. Unless otherwise recommended by the coating manufacturer or specified herein, priming will not be required on metal surfaces specified to be coated with epoxy enamel, coal tar epoxy, and heat -resistant coatings. 3-7. COATING SCHEDULE. The following schedule lists coatings for inter- mediate and finish coats. shall be coated. Surface To Be Coated 3-7.01. Metal Surfaces. All exposed surfaces, including sides and edges, Structural and miscellaneous steel exposed to view or to the elements in exterior locations. (Galvanized surfaces are not to be coated unless otherwise specified.) First coat. Finish coat. Surface To Be Primed Structural and miscellaneous steel exposed to view inside buildings. (Galvanized surfaces are not to be coated unless otherwise specified.) Unless otherwise specified, steel doors and door frames. Intermediate coat. Finish coat. (City of Lubbock } (Southeast Water Reclamation Plant) (Digester Rehabilitation ) (36466 ) Material Epoxy enamel Aliphatic polyurethane Material Epoxy enamel (one finish coat) Universal primer Aliphatic polyurethane 10/29/98 09900 bk -10- DAT Surface To Be Primed Material Unless otherwise specified, pumps, motors, speed reducers, and other machines and equipment exposed to view. Intermediate coat. Universal primer Finish coat. Aliphatic polyurethane Electrical equipment cabinets, and similar items and equipment (unless factory finished) exposed to view. Intermediate coat. Universal primer Finish coat. Aliphatic polyurethane Cast iron and steel piping Epoxy enamel inside buildings, including valves, fittings, flanges, bolts, supports, and accessories, and galvanized surfaces after proper priming. Cast iron and steel piping above grade exposed to the elements and to view outdoors, including valves, fittings, flanges, bolts, supports, and accessories, and galvanized surfaces after proper priming. First coat. Epoxy enamel Finish coat. Aliphatic polyurethane (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/98 (Digester Rehabilitation ) 09900 bk (36466 ) -11- DAT Surface To Be Primed Material Electrical conduit exposed to view inside buildings (except banks of conduits in multiple layers hung from ceilings), including fittings, boxes, supports, and accessories, after proper priming. Adjacent to ceilings Flat latex emulsion Adjacent to walls. Satin gloss latex emulsion All metal surfaces, unless Medium consistency coal otherwise specified, which tar will be submerged or buried, all or in part, including valves and valve boxes, but excluding piping laid in the ground. Miscellaneous castings, including Medium consistency coal manhole rings and covers, and tar manhole steps. (One coat, if not foundry dipped.) All metal harness anchorage for Medium consistency coal tar buried piping. 3-7.02. Miscellaneous Surfaces. Plastic surfaces, including PVC and FRP. Indoors Epoxy enamel Outdoors First coat Epoxy enamel Finish coat Aliphatic polyurethane (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/98 (Digester Rehabilitation } 09900 bk (36466 ) -12- DAT 3-7.03. Surfaces Not To Be Coated surfaces shall be left uncoated: Exposed aluminum. Unless otherwise specified, the following Polished or finished stainless steel. Unfinished stainless steel shall be coated. Nickel or chromium. Galvanized surfaces, except piping, conduit, and other items specifically noted. Piping concealed in inaccessible plumbing chases and above suspended ceilings. Rubber and plastics, except as specified. Surfaces specified to be factory finished. 3-8. PIPING IDENTIFICATION SCHEDULE. Exposed piping and piping in accessible chases shall be identified with lettering or tags designating the service of each piping system, shall be marked with flow directional arrows, and shall be color coded as indicated in the following schedule. Piping scheduled to be color coded shall be completely coated with the indicated colors, except surfaces specified to remain uncoated shall include sufficiently long segments of the specified color to accommodate the lettering and arrows. All other piping shall be coated to match adjacent surfaces, unless otherwise directed by the Engineer. 3-8.01. Location. Lettering and flow direction arrows shall be provided on pipe near the equipment served, adjacent to valves, on both sides of wall and floor penetrations, at each branch or tee, and at least every 50 feet in straight runs of pipe. If, in the opinion of the Engineer, this requirement will result in an excessive number of labels or arrows, the number required shall be reduced as directed. 3-8.02. Metal Tags. Where the outside diameter of pipe or pipe covering is 5/8 inch or smaller, aluminum or stainless steel tags shall be provided instead of lettering. Tags shall be stamped as specified and shall be fastened to the pipe with suitable chains. Pipe identified with tags shall be color coded as specified. (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/98 (Digester Rehabilitation ) 09900 bk (36466 ) -13- DAT 3-8.03. Lettering. Lettering shall be painted or stenciled on piping or shall be applied as snap -on markers. Snap -on markers shall be plastic sleeves, Brady "Bradysnap-On B-915" or Seton "Setmark". Letter size shall be as follows: Outside Diameter of Pipe or Covering 5/8 inch and smaller 3/4 to 4 inches 5 inches and larger Minimum Height of Letters Metal tags -1 /4 inch 3/4 inch 2 inches 3-8.04. Color Coding and Lettering Schedule. All 12 inch and smaller piping for the following services shall be color coded. Where scheduled, bands shall be 6 inches wide spaced along the pipe at 5 foot intervals. Color of Letters Color of Pipe Letters Nonpotable Water Light blue with Black red bands Service Water Dark blue with White red bands Sludge Gas Red with black Black bands Sludge Light brown White Heated Sludge Light brown with White yellow bands Drain Dark gray White Electrical conduit shall be coated to match adjacent ceiling or wall surfaces as directed by the Engineer. Vent lines shall be coated to match surfaces they adjoin. In addition, special coating of the following items will be required: Item Valve handwheels and levers (City of Lubbock ) (Southeast Water Reclamation Plant) (Digester Rehabilitation ) (36466 ) Color Red 10/29/98 09900 bk -14- DAT Numerals at least 2 inches high shall be painted on or adjacent to all accessible valves, pumps, flowmeters, and other items of equipment which are identified on the drawings or in the specifications by number. End of Section (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/98 (Digester Rehabilitation ) 09900 bk (36466 ) -15- DAT SURFACE DESCRIPTION SYSTEM NO. - SURFACE PREPARATION DESCRIPTION DFT, mils COATING [Nm] MANUFACTURER AND PRODUCT First Coat (Primer) Touchup Second Coat Third Coat Total Not less than minimum thickness specified. System Notes: (Attached if needed.) Project: City of Lubbock, Southeast Water Reclamation Plant Digester Rehabilitation Painting Contractor: BLACK & VEATCH I COATING SYSTEM DATA SHEET I Fig 1-09900 09/96 SHOP PRIMED SURFACE DESCRIPTION SYSTEM NO. - -F SURFACE PREPARATION DESCRIPTION DFT, mils COATING [Nm] MANUFACTURER AND PRODUCT First Coat Shop applied primer coat. (Primer) Touchup mils[ µm] DFT Second Coat Third Coat Total Not less than minimum thickness specified. System Notes: (Attached if needed.) Project: City of Lubbock, Southeast Water Reclamation Plant Digester No. 9 Rehabilitation Painting Contractor: BLACK & VEATCH I COATING SYSTEM DATA SHEET I Fig 2-09900 09/96 Section 10300 LOUVERS PART 1 -GENERAL 1-1. SCOPE. This section covers the requirements for stationary louvers to be furnished and installed as indicated on the drawings and schedules. 1-2. GENERAL. The louvers shall be furnished complete with all hardware and appurtenances necessary for a satisfactory installation. 1-2.01. General Equipment Stipulations. The General Equipment Stipulations shall apply to all equipment furnished under this section. 1-3. SUBMITTALS. Complete specifications and detailed drawings covering arrangement, dimensions, hardware, accessories, and details of construction and installation of the louvers shall be submitted in accordance with the submittals section. PART 2 - PRODUCTS 2-1. ACCEPTABLE MANUFACTURERS. 2-1.01. Stationary Louvers. Stationary louvers shall be Ruskin "Type ELF- 375", Swartout "Type SE40", or equal. 2-2. STATIONARY AND ADJUSTABLE LOUVERS. Stationary and adjustable louvers denoted by the symbol "L" and an identifying number, shall be constructed of extruded aluminum sections, with 4 inch frames, securely and permanently assembled to form a sturdy, rigid unit. PART 3 - EXECUTION 3-1. INSTALLATION. The louvers and louver/dampers shall be installed with clip angles and shall be caulked as specified in the caulking section. Bird screens of 1/2 inch expanded mesh aluminum shall be furnished and installed on the inside of all louvers and louver/dampers. Where aluminum work is to be attached to steel supporting members, or other dissimilar metal, the aluminum shall be kept from direct contact with such (City of Lubbock ) (Southeast Water Reclamation Plant) 07/21/98 (Digester No. 9 Rehabilitation ) 10300 cjs (36466 ) -1- DAT metals by a heavy shop coat of the coal tar paint. Aluminum surfaces which will be in contact with concrete or masonry when installed shall be given a heavy coat of coal tar paint. All paint shall be dry and hard when the coated parts are shipped, assembled, or installed. Aluminum work which will be exposed to the exterior after installation shall be thoroughly cleaned and given a caustic etched satin finish equal to Alcoa "R-1 ". All aluminum work shall be given two coats of water -clear methacrylate lacquer. End of Section (City of Lubbock ) (Southeast Water Reclamation Plant) 07/21/98 (Digester No. 9 Rehabilitation ) 10300 cjs (36466 ) -2- DAT Section 10990 MISCELLANEOUS SPECIALTIES PART 1 - GENERAL 1-1. SCOPE. This section covers the miscellaneous items of work not covered in other sections. 1-2. GENERAL. Miscellaneous specialties shall be furnished and installed as specified herein and in accordance with the details, arrangements, and dimensions indicated on the drawings. Where not specifically indicated or specified, fasteners, gaskets, and other accessories shall be provided as required and as recommended by the manufacturer of the specific item. 1-3. SUBMITTALS. Complete specifications, detailed drawings, and setting or erection drawings covering miscellaneous specialties shall be submitted in accordance with the submittals section. PART 2 - PRODUCTS 2-1. EQUIPMENT IDENTIFICATION PLATES. An equipment identification plate shall be provided and mounted on or adjacent to each piece of equipment which has been assigned a number on the drawings. Equipment identification plates shall be approximately one inch by 3 inches in size, made from black on white phenolic material. Letters shall be engraved to the white interior and shall be at least 1/2 inch high. Identification designations on the plates shall correspond to the equipment numbers indicated on the drawings. PART 3 - EXECUTION 3-1. PROTECTION. All parts and assemblies shall be protected during fabrication, shipment, storage, and erection to prevent damage. Damaged units will be rejected and shall be replaced at no additional cost to the Owner. 3-2. INSTALLATION. Products shall be installed as recommended by the manufacturers. (City of Lubbock ) (Southeast Water Reclamation Plant) 09/11/98 (Digester No. 9 Rehabilitation ) 10990 cis (36466 ) -1- AR 3-2.01. Equipment Identification Plates. The location of equipment identification plates and the method of attachment shall be acceptable to the Engineer. End of Section (City of Lubbock ) (Southeast Water Reclamation Plant) 09/11/98 (Digester No. 9 Rehabilitation ) 10990 cis (36466 ) -2- AR Section 11116 HORIZONTAL END SUCTION CENTRIFUGAL TORQUE FLOW PUMPS PART 1 - GENERAL 1-1. SCOPE. This section covers three single stage, horizontal, nonclog, end suction centrifugal torque flow pumping units as follows: No. of Pump Units Designation Service Location 3 SP-1601, Digested Digesters SP-1602 Sludge Nos. 8 and 9 Control Room Each pumping unit shall be complete with a pump, cup type recessed impeller, electric motor, V-belt drive, belt guard, anchor bolts, and all other appurtenances specified or otherwise required for proper operation. Each pumping unit shall be mounted on a common base. Pumps of the close - coupled type, having the impeller attached directly to the motor shaft, with no pump bearings or flexible coupling, will not be acceptable. 1-2. GENERAL. Equipment furnished under this section shall be fabricated, and assembled in full conformity with drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer unless exceptions are noted by the Engineer. Definition of terms and other hydraulic considerations shall be as set forth in the Hydraulic Institute Standards. 1-2.01. General Equipment Stipulations. The General Equipment Stipulations shall apply to all equipment furnished under this section. 1-2.02. Power Supply. Power supply to equipment will be 480 volts, 60 Hz, 3 phase. 1-3. SUBMITTALS. Complete fabrication, assembly, foundation, and installation drawings, together with detailed specifications and data covering material used, parts, devices, and other accessories forming a part of the equipment furnished, shall be submitted in accordance with the submittals section. The data and specifications for each unit shall include, but shall not be limited to, the following: (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/98 (Digester No. 9 Rehabilitation ) 11116 bk (36466 ) -1- DAT Pumps Name of manufacturer. Type and model. Rotative speed. Size of suction nozzle. Size of discharge nozzle. Net weight of pump only. Net weight with baseplate and coupling. Complete performance curves showing capacity versus head, NPSH required, pump efficiency, and bhp. Data on shop painting. Motors Manufacturer, model, type and enclosure. Bearing type and lubrication. Horsepower rating and service factor. Temperature rise and insulation rating. Full load rotative speed, rpm. Net weight. Efficiency at full, 3/4, and 1 /2 load. Efficiency at specified operating condition. Full load current. Locked rotor current. Overall dimensions and base details. Power factor at no load and at full load. Space heater wattage. 1-4 SPARE PARTS. One complete spare pumping unit shall be provided. In addition, one complete set of stuffing box packing, gaskets, seals, bearings, shaft sleeve and other parts as recommended by the manufacturer, for each pumping unit, shall be furnished. Spare parts shall be suitably packaged in accordance with the General Equipment Stipulations, with labels indicating the contents of each package. Spare parts shall be delivered to the Owner as directed. PART-2 - PRODUCTS 2-1. SERVICE CONDITIONS. Pumps SP-1601 and SP-1602 will be used to recirculate digested sludge within digesters No. 8 and No. 9. The pumps will (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/98 (Digester No. 9 Rehabilitation ) 11116 bk (36466 ) -2- DAT draw suction from their designated digester, pump sludge through their associated sludge heating system, and discharge back into the digester. The sludge temperature will normally be 950 F. The pumps will operate continually. 2-2. PERFORMANCE AND DESIGN REQUIREMENTS. Each pumping unit shall be designed for the following operating conditions at maximum speed, unless otherwise noted: Unit designation Number of units Rated total head, feet Capacity at rated head, gpm Operating head range, feet Max (nominal) pump opera- ting speed at rated head, rpm Min. nameplate motor hp Min available net posi- tive suction head at center line of pump shaft, feet absolute Pump rotation as viewed from the driven end Min pump nozzle size, inches Suction Discharge Min test sphere diameter, inches Min hydrostatic test pressure, psi SP-1601, SP-1602 3 45 750 30-50 800 30 Flooded As indicated on the drawings 6 6 4 1.5 x shutoff head plus max suction pressure Pump performance shall be stable and free from cavitation and noise throughout the specified operating head range at design suction submergences. (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/98 (Digester No. 9 Rehabilitation ) 11116 bk (36466 ) -3- DAT The design performance shall be based on a wearing ring diametral or axial clearance of not less than one mil per inch of wearing ring diameter, or 12 mils total, whichever is greater. Each pumping unit shall be designed so that reverse rotation due to reverse flow at rated head will not cause damage to any component. 2-3. ACCEPTABLE PRODUCTS. Pumps shall be Wemco Model C, or Gould Model 6100, without exception acceptable. The products of other manufacturers will not be 2-4. MATERIALS. Casing, Casing Covers, and Impeller Shaft Shaft Sleeve Stuffing Box Hardware Packing High chrome cast iron, ASTM A532, Type III, or Ni-Hard; Brinell 640+. Alloy steel, SAE 1045. Stainless steel, AISI Type 316. Corrosion -resistant metal. Braided, graphited or teflon impregnated Kevlar. Mechanical Seal Durametallic "Double DuraSeal" or John Crane "Type 1 Multiple Shaft Seal". Bearings Base 2-5. PUMP CONSTRUCTION. Antifriction. Cast iron or fabricated steel. 2-5.01. Casing Assembly. The casing assembly and drive connection shall permit the removal of the rotating element without disconnecting the piping. Casing parts shall have registered fits to maintain alignment. The nozzle flanges shall be flat face with ANSI 1316.1, Class 125 diameter and drilling. A pipe tapped opening shall be provided for draining stuffing box leakage. The casing shall have a replaceable suction head. (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/98 (Digester No. 9 Rehabilitation ) 11116 bk (36466 ) -4. DAT 2-5.02. Impeller. The impeller shall be a one-piece casting statically balanced, and keyed or threaded on the shaft. The interior water passages shall have uniform sections, smooth surfaces, and be free from cracks and porosity. The impeller shall be securely locked to the shaft so it will not be loosened by reverse rotation, but it shall be readily removable. The impeller shall be nonclog, cup type recessed design, mounted completely out of the flow path. 2-5.03. Shaft and Shaft Sleeves. The shaft shall be completely machined. Deflection at the stuffing box shall not exceed 0.002 inch at any head in the operating range. A suitable splash deflector shall be mounted on the shaft adjacent to the frame bearing housing. The shaft shall be provided with a replaceable sleeve extending from the impeller through the stuffing box. The sleeve shall be positively secured to the shaft and shall be sealed by means of an O-ring to prevent leakage between the shaft and the sleeve. After assembly on the shaft, total runout shall not exceed 0.002 inch. 2-5.04. Stuffing Box. The stuffing box for each pumping unit shall contain a double mechanical seal. Each double mechanical seal shall be provided with a lubricating water line connection and a lubricating water bleedoff line connection. The bleedoff connection from each double mechanical seal shall be located to adequately vent the seal cavity and shall be provided with a throttling valve to control the rate of flow of lubricating water through the seal. The bleedoff line shall be piped from the stuffing box to the nearest point of drainage collection. 2-5.05. Frame Assembly. The frame assembly shall rigidly support the rotating element with two bearings. The outboard bearing shall carry both axial and radial pump loads. Bearing enclosures shall keep out contaminants and retain the lubricant and shall have adequate provisions for adding and draining lubricant. The frame shall provide ample clearance for stuffing box maintenance. 2-5.06. Bearings. Bearings shall be either oil or grease lubricated antifriction type. Bearings shall have an AFBMA 1_10 Life Rating of 40,000 hours at specified operating conditions. The pump shaft speed shall not exceed the bearing manufacturer's limitations. (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/98 (Digester No. 9 Rehabilitation ) 11116 bk (36466 ) -5- DAT 2-5.07. Anchor Bolts. All anchor bolts, nuts, and washers shall be 316 stainless steel and shall comply with the anchor bolts and expansion anchors section. Anchor bolts shall be accurately located and centered in pipe sleeves as detailed on the drawings. 2-5.08. Baseplates. Baseplates shall be provided with adequate openings for grouting and venting and openings for electrical conduit. 2-6. ACCESSORIES. Each pump shall be provided with lifting eyebolts or lugs; plugged gauge cock connections at the suction and discharge nozzles; and fittings for properly adding bearing lubricant and grease. Grease lubricated pumping units shall be provided with a means of venting the casing. Oil lubricated units shall be provided with constant level oilers or with sight glasses arranged to indicate operating and static oil levels. 2-7. BALANCE. All rotating parts shall be accurately machined and shall be in as nearly perfect rotational balance as practicable. Excessive vibration shall be sufficient cause for rejection of the equipment. The mass of the unit and its distribution shall be such that resonance at normal operating speeds is avoided. In any case, the vibration displacement (peak -to -peak) as measured at any point on the machine shall not exceed 5 mils. At any operating speed, the ratio of rotative speed to the critical speed of a unit or components thereof shall be less than 0.8 or more than 1.3. 2-8. DRIVE UNITS. Each pump shall be driven by an electric motor connected to the pump through a V-belt drive. 2-8.01. V-Belt Drives. V-belt and sheave groove dimensional tolerances shall be in accordance with the "Engineering Standards - Multiple V-Belt Drives" published by the Multiple V-Belt Drive and Mechanical Power Transmission Association. The speed reduction ratio of V-belt drives shall not exceed 4 to 1. Sufficient clearance shall be provided to allow access to the stuffing box. 2-8.02. Electric Motors. Maximum motor horsepower allowed is 30. If the manufacturer requires a greater horsepower motor to meet the pumping requirements, the pump manufacturer shall provide any required changes to the electrical equipment, wiring or controls provided under the installation contract for this equipment. (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/98 (Digester No. 9 Rehabilitation ) 11116 bk (36466 ) -6- DAT Motors shall comply with the General Equipment Stipulations except as specified herein. Motors shall be horizontal, squirrel -cage induction type, totally enclosed, fan cooled and shall be rated 460 volts, 60 Hz, 3 phase. Each motor shall be of the energy efficient type in accordance with the General Equipment Stipulations. Routine tests in accordance with NEMA MG 1-12.51 shall be performed on the assembled motor. The motors shall be supplied with space heaters, sized to prevent condensation on the motor core and windings. Space heaters shall be isolated and located to prevent heat damage to motor components and adjacent painted surfaces. Space heaters shall be suitable for 120 volt ac single phase power. Terminal boxes shall be provided with sufficient space for motor leads and accessories. Bearings shall be effectively protected from contamination and dirt. Grease lubricated bearings shall be provided with relief facilities positively preventing overgreasing. Oil lubricated bearings shall be provided with clearly marked level reference for both running and rest conditions. Motor bearings shall be antifriction type with an AFBMA L,o Life Rating of 40,000 hours. Motors shall have nameplates engraved with bearing and lubricant identity. 2-8.03. Controls. Motor starters and required electrical controls will be provided by the Installation Contractor. 2-9. SHOP TESTS. Each pumping unit shall be tested at the factory for capacity, power requirements, and efficiency at specified rated head, shutoff head, operating head extremes, and at as many other points as necessary for accurate performance curve plotting. All tests and test reports shall be made in conformity with the requirement$ and recommendations of the Hydraulic Institute Standards. Five certified copies of a report covering each test shall be prepared by the pump manufacturer and delivered to the Engineer not less than 10 days prior to the shipment of the equipment from the factory. The report shall include data and test information as stipulated in the Hydraulic Institute Standards, copies of the test log originals, test reading to curve conversion equations, and certified performance curves. The curves shall include head, driver input and output horsepower, pump efficiency, rpm, and shop test NPSH available, plotted against capacity. The curves shall be easily read and plotted to scales (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/98 (Digester No. 9 Rehabilitation ) 11116 bk (36466 ) -7- DAT consistent with performance requirements. All test points shall be clearly shown. When the pump is not tested at the rated speed, performance charts shall include both the test and the calculated speed curves. PART 3 - EXECUTION 3-1. INSTALLATION. Each pumping unit shall be leveled, plumbed, aligned, and wedged into position to fit connecting piping. Installation procedures shall be as recommended by the pump manufacturer and the Hydraulic Institute Standards, and as required herein. Grouting shall be as specified in the grout section. The pump base shall be grouted after initial fitting and alignment, but before final bolting of connected piping. Special care shall be taken to maintain alignment of pumping unit components. No stresses shall be transmitted to the pump flanges. After final alignment and bolting, pump connections shall be tested for applied piping stresses by loosening the flange bolts. If any movement or opening of the joints is observed, piping shall be adjusted to proper fit. End of Section (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/98 (Digester No. 9 Rehabilitation ) 11116 bk (36466 ) -8- DAT Section 11185 SUBMERSIBLE SUMP PUMPS PART 1 - GENERAL 1-1. SCOPE. This section covers one vertical, submersible, nonclog centrifugal pumping unit and controls. The pumping unit shall be complete with a close -coupled, submersible electric motor and all appurtenances specified or required for proper operation. 1-2. GENERAL. Equipment furnished and installed under this section shall be fabricated, assembled, erected, and placed in proper operating condition in full conformity with drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer, unless exceptions are noted by the Engineer. Hydraulic considerations and definition of terms shall be as set forth in the Hydraulic Institute Standards. 1-2.01. General Equipment Stipulations. The General Equipment Stipulations shall apply to all equipment furnished under this section. 1-2.02. Power Supply. Power supply to equipment will be 120 volts, 60 Hz, single phase. 1-3. SUBMITTALS. Detailed specifications and data covering materials, parts, devices, and accessories forming a part of the equipment furnished shall be submitted in accordance with the submittals section. The specifications and data for each unit shall include, but shall not necessarily be limited to, the following: Pumps Name of manufacturer. Type and model. Rotative speed. Size of discharge outlet. Net weight of pump and motor. Complete performance curves showing Data on shop painting. capacity versus head. (City of Lubbock ) (Southeast Water Reclamation Plant) 072198 (Digester No. 9 Rehabilitation ) 11185 bk (36466 ) -1- DAT Motors Name of manufacturer. Type and model. Type of bearings and method of lubrication. Rated size of motor, hp. Temperature rating. Full load rotative speed. Efficiency at full load and rated pump condition. Full load current. Locked rotor current. Controls Name of manufacturer. Type and model. PART 2 - PRODUCTS 2-1. SERVICE CONDITIONS. The sump pump unit will be used to remove washdown, rainwater, and other miscellaneous liquids collected on the floor of the digester no. 6 and 7 control room. 2-2. PERFORMANCE AND DESIGN REQUIREMENTS. The pumping unit shall be designed for the following operating conditions and requirements: Unit designation Number of units Rated total head feet Capacity at rated head gpm Operating head range feet Max pump operating speed at rated head, rpm (City of Lubbock ) (Southeast Water Reclamation Plant) (Digester No. 9 Rehabilitation ) (36466 ) SP-101 1 20 20 20-25 3,500 072198 11185 bk -2- DAT F Min motor rating hp Depth of sump below top of floor slab feet Min discharge outlet size inches Min test sphere diameter inches Min hydrostatic test pressure 1/3 2.3 1-1/2 3/8 1.5 times shutoff head plus suction pressure For design and rating purposes, the liquid to be pumped shall be assumed to have a temperature of 85°F. Pump performance shall be stable and free from cavitation and noise throughout the specified operating head range at minimum suction submergences. The pumping unit shall be designed so that reverse rotation at rated head will not cause damage to any component. 2-3. MATERIALS. Stator Housing and Impeller Cast iron, ASTM A48. Casing Impeller Cast iron or bronze. Shaft Stainless steel. All Wetted Assembly Fasteners Stainless steel. Mechanical Seal Single type, water lubricated, with carbon and ceramic rings. Strainer Cast iron or perforated stainless steel. (City of Lubbock ) (Southeast Water Reclamation Plant) 072198 (Digester No. 9 Rehabilitation ) 11185 bk (36466 ) -3- DAT 2-4. PUMP CONSTRUCTION. 2-4.01. Impeller Casing. The impeller casing shall have well-rounded water passages and smooth interior surfaces free from cracks, porosity, blowholes, or other irregularities. The discharge connection shall be threaded or compression type suitable for connecting a plain -end steel discharge pipe. Pipe threads shall conform to ANSI/ASME B1.20.1, NPT. 2-4.02. Impeller. The impeller shall be a semiopen or enclosed one-piece casting with not more than two nonclog passages. The interior water passages shall have uniform sections and smooth surfaces and shall be free from cracks and porosity. The impeller shall be dynamically balanced and threaded or keyed to the shaft and locked in place by means of a self-locking bolt or nut. Balance vanes shall be provided on the impeller back shroud. Running clearances between the vanes and the adjacent housing surfaces shall be adequate to prevent accumulation of debris and to reduce pump discharge pressure at the mechanical seal. 2-4.03. Sealing of Mating Surfaces. All mating surfaces of major components shall be machined and fitted with O-rings where watertight sealing is required. Sealing shall be accomplished by O-ring contact on four surfaces and O-ring compression in two planes, without reliance on a specific fastener torque or tension to obtain a watertight joint. Elliptical O-rings, gaskets, or seals requiring a specific fastener torque value to obtain and maintain compression and watertightness will not be acceptable. The use of secondary sealing compounds, gasket cement, grease, or other devices to obtain watertight joints will not be acceptable. 2-5. BALANCE. All rotating parts shall be accurately machined and shall be in as nearly perfect rotational balance as practicable. Excessive vibration shall be sufficient cause for rejection of the equipment. The mass of the unit and its distribution shall be such that resonance at normal operating speeds is avoided. At any operating speed, the ratio of rotative speed to the critical speed of a unit or its components shall be less than 0.8 or more than 1.3. 2-6. ELECTRIC MOTORS. The pump shall be driven by an air-cooled, totally submersible electric. motor furnished by the pump manufacturer. The motor shall be rated 120 volts, 60 Hz, single phase, and shall have a nameplate rating higher than the maximum horsepower requirement of the pump. The stator housing shall be an air- or oil -filled watertight casing. Motor insulation shall be moisture resistant, Class F, 155°C. (City of Lubbock ) (Southeast Water Reclamation Plant) 072198 (Digester No. 9 Rehabilitation ) 11185 bk (36466 ) -4- DAT The motor shall be capable of continuous operation in air (unsubmerged) for at least 15 minutes under pump full load conditions without exceeding the temperature rise limits of the motor insulation system. The pump motor cable shall contain a grounding conductor and shall be suitable for use with a submersible pump as indicated by a code or legend permanently embossed on the cable. The cable shall conform to NEC specifications for pump motors and shall be of adequate size to allow motor voltage conversion without replacing the cable. The cable entry water seal shall be designed to ensure a watertight and submersible seal without requiring a specific fastener torque. 2-7. CONTROLS. The sump pump shall be provided with two mercury float switches with sealed contacts in double -walled plastic floats. The floats shall be supported from the discharge piping. The pump motor shall be controlled by the float switch setting. Each float switch shall be equipped with a heavy-duty, three -wire grounding neoprene cord of sufficient length to reach a junction box 6 feet above the floor. The sump pump unit shall be adjusted to operate between the following sump depths: Pump start inches 12 Pump stop inches 3 Motor starters and all other controls not specified herein will be provided under the electrical section. PART 3 - EXECUTION 3-1. INSTALLATION. The pumping unit shall be installed in accordance with the manufacturer's recommendations. The sump shall be thoroughly cleaned prior to installation of the pump. Controls shall be adjusted to start and stop the pump at the specified sump depths. The pump shall not be used during the construction phase to dispose of water or drainage which contains construction debris or other abrasive materials. End of Section (City of Lubbock ) (Southeast Water Reclamation Plant) 072198 (Digester No. 9 Rehabilitation ) 11185 bk (36466 ) -5- DAT Section 11336 DIGESTER GAS CONTROL EQUIPMENT PART 1 - GENERAL 1-1. SCOPE. This section covers digester gas control equipment. Digester gas piping and fittings are covered in the cast iron piping section. Unless otherwise specified herein, all valves shall conform to the miscellaneous valves and eccentric plug valves sections. 1-2. GENERAL. Equipment furnished and installed under this section shall be fabricated, assembled, erected, and placed in proper operating condition in full conformity with drawings, specifications, engineering data, instructions, and recommendations furnished by the equipment manufacturer unless exceptions are noted by the Engineer. 1-2.01. General Equipment Stipulation. The General Equipment Stipulations shall apply to all equipment furnished under this section. 1-3. SUBMITTALS. Complete assembly, foundation, and installation drawings; and detailed specifications and data covering material used and accessories forming a part of the equipment furnished shall be submitted in accordance with the submittals section. PART 2 - PRODUCTS 2-1. PERFORMANCE AND DESIGN REQUIREMENTS. 2-1.01. Design Criteria. The digester gas control equipment shall be designed for digester gas service with water saturated gas having a heating value of approximately 600 Btu per cubic foot and a specific gravity of 0.8. 2-1.02. Waste Gas Flare. A waste gas flare with an automatic ignition system shall be provided, at the location indicated on the drawings, to dispose of excess digester gas. It shall have capacity of not less than 45,000 scfh of gas at 1/2 inch w.c. pressure drop. The burner shall be self-supporting and mounted vertically on a matching ANSI 150 pound flange. The pilot and burner shall be arranged to prevent the pilot from being accidentally extinguished by gas ignition, wind, or other causes without the necessity of a secondary stack. (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/98 (Digester No. 9 Rehabilitation ) 11336 bk (36466 ) -1- DAT All parts of the ignition and burner system requiring periodic adjustment shall be located at ground level. Flare construction shall be 304 or 316 stainless steel throughout except the lower section of the riser which shall be carbon steel. The burner shall have an integral stainless steel shroud. The automatic ignition system shall consist of a stainless steel continuous flame nozzle which shall burn a combustible air/gas mixture with a long profile flame, a stainless steel flame retention nozzle which shall flow raw gas when required during the ignition cycle, and a thermocouple in a stainless steel thermowell which shall be mounted in the continuous flame nozzle. The pilot shall be capable of operating with natural gas at 5 psi as the pilot fuel. To conserve pilot fuel gas when the burner is not flaring waste gas, provisions shall be made to allow the pilot system to go to a standby mode either manually or by a pressure sensing device. If the pilot gas pressure is sufficient for proper operation, an inspirating venturi shall supply a combustible air/gas mixture to the continuous nozzle and shall include a combustion chamber, spark plug, and back -flash preventer. A valve and regulator package shall be furnished and shall consist of isolation valves, pressure regulators, pressure gauges, an explosion -proof solenoid valve, and all interconnecting fittings. All components shall be copper free and factory mounted to a back plate. If the pilot gas pressure is inadequate for proper operation, a pilot booster fan system shall be supplied. It shall replace the venturi and regulator panel and shall consist of the following: a general purpose motor with blower/mixer; a vented enclosure for weather protection suit- able for wall or stand mounting; a pressure regulator and pressure gauge; a motor starter switch; isolation valves; solenoid valves; an air/gas mixing chamber; a combustion chamber with spark plug, spark generator, and a weatherproof junction box with numbered terminals for field wiring. An automatic ignition panel in a NEMA 4 weatherproof enclosure shall be furnished. It shall include a pilot monitor, selector switch for automatic, manual, or standby operation, alarm contacts, high voltage trans- former, and high tension lead. The waste gas controls shall be suitable for control from a remote location. A pilot ignition system pressure switch shall be installed in the digester gas line to the waste gas flare at a location upstream of the back pressure regulator. The pressure switch setting shall be 0.25 inches w.c. less than the back pressure regulator setpoint or as required to insure positive ignition of the pilot (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/98 (Digester No. 9 Rehabilitation ) 11336 bk (36466 ) -2- DAT prior to release of excess digester gas to the waste gas flare. On increasing pressure, the pressure switch shall open the pilot gas solenoid valve and initiate the pilot ignition sequence. On decreasing pressure, the switch shall close the solenoid valve. The waste gas flare shall be a 6 inch Varec "Model 244W", Groth, "Model 8391 ", or equal. 2-1.03. Pressure and Vacuum Relief Valves. Two assemblies, each consisting of a 6-inch pressure and vacuum relief with flame arrester shall be provided on the cover. The assemblies shall be Whessoe Varec "5810 Series" or equal. the exterior port of each assembly shall be weather protected and covered with insect screen. Each assembly shall be factory adjusted to relieve pressure and vacuum at the values specified herein. The relief settings of one valve shall be 8.0 inches w.c. and -2.0 inches w.c. The relief settings of the other valve shall be 10.0 inches w.c. and -2.0 inches w.c. 2-1.04. Pressure Relief and Flame Trap Assembly. One 6-inch pressure relief and flame trap assembly shall be furnished and installed in the digester gas piping at the waste gas flare as indicted on the drawings. The flame trap shall be designed to prevent the passage of flame by means of a removable flame arresting bank arranged for easy removal, inspection, and cleaning. The arrester housing shall be constructed of cast iron, aluminum, or a combination of both materials. The pressure relief (back pressure) regulator shall be designed to control upstream pressure in the piping. The relief shall be constructed of aluminum with spring loaded Buna-N rubber diaphragm with glass enclosed pointer for visual indication of set pressure. The pressure relief regulator shall be adjusted to vent gas to the waste gas burner at an initial setting of 7 inches w.c. The pressure relief and flame trap shall be Whessoe Varec "440 Series" or equal. 2-2. Anchor Bolts. All anchor bolts, nuts, and washers shall comply with the anchor bolts and expansion anchors section. 2.3. Pipe Connections. Unless otherwise permitted, equipment installed in 2 inch and smaller piping shall have NPT connections and equipment installed in 2-1/2 inch and larger piping shall have flanged connections. Flanges shall be flat faced with ANSI 1316.1, Class 125 diameter and drilling. (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/98 (Digester No. 9 Rehabilitation ) 11336 bk (36466 ) -3- DAT PART 3 - EXECUTION 3-1. INSTALLATION. All digester gas control equipment and appurtenances shall be installed in accordance with the manufacturer's recommendations. End of Section (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/98 (Digester No. 9 Rehabilitation ) 11336 bk (36466 ) -4- DAT Section 13231 DIGESTER COVER COATING AND REHABILITATION PART 1 - GENERAL 1-1. SCOPE. This section covers blast cleaning and disposal, inspection, concrete and structural steel repairs, surface preparation, and field coating of the interior and exterior of an existing digester. This section also covers the field testing for gas tightness. The Contractor shall perform all preliminary work as necessary to provide proper lighting, ventilation, and access to the interior.of tank. Before coating, the Contractor shall blast clean the areas to be coated to remove sludge, grease, scum deposits, and existing coal tar coating. The following items shall be coated: Underside of the digester cover, including all cover plates or hatches. Interior and exterior of the draft tubes including the discharge elbow. Exterior of the digester cover, including all cover plates, support plates, or hatches. 1-2. DRAWINGS AND DATA. Complete drawings and specifications covering the paint systems, the materials to be furnished, and the coating procedures shall be submitted. PART 2 - PRODUCTS 2-1. ACCEPTABLE MANUFACTURERS. 2-1.01. Equivalent Coatings. Whenever a coating is specified by the name of a proprietary product or of a particular manufacturers or vendor, the specified coating shall be understood as establishing the type and quality of coating desired. Other manufacturers' coatings will be accepted, provided that sufficient information is submitted to enable the Engineer to determine that the proposed coatings are equivalent to those named. Information on proposed coatings shall be submitted for review. Requests for review of equivalency will be accepted only from the Contractor, and will be considered only after acceptance of the price proposal. (City of Lubbock ) (Southeast Water Reclamation Plant) 11/16/98 (Digester Rehabilitation ) 13231 bk (36466 ) -1- DAT All coatings shall conform to the air quality regulations applicable at the location of use. Coating materials which cannot be guaranteed by the manufacturer to conform, whether or not specified by product designation, shall not be used. 2-2. MATERIALS. All coatings shall be delivered to the job in original unopened containers with labels intact. Coatings shall be stored inside and shall be protected against freezing. No adulterant, unauthorized thinner, or other material not included in the coatings formulation shall be added to the coatings for any purpose. All intermediate and finish coating materials shall be guaranteed by the manufacturer to be fumeproof and suitable for wastewater plant atmosphere that contains hydrogen sulfide. Coatings that cannot be so guaranteed shall not be used. Lead-free and mercury -free coatings shall be used if available, but in no case shall coatings containing lead or mercury be used that become discolored when exposed to wastewater plant atmosphere. Unless otherwise authorized by the Engineer, materials shall conform to the following: Interior Epoxy Coating/Lining Primer Exterior Amine adduct cured epoxy; KCC Corrosion Control Co., "Techni-Plus AEP 20". KCC Corrosion Control Co., "Techni-Plus E 3". Primer Ameron "Amercoat 385 Epoxy", Carboline "890", Futura "Ultra -Line 380", or Tnemec "Series 69 Hi - Build Epoxoline II". Total minimum dry film thickness for interior surfaces shall be 33.0 mils. The epoxy coating shall be applied in 2 coats, each coat shall be a minimum 15.0 mils thick. The primer shall be applied in 1 coat, the coat shall be a minimum of 3.0 mils thick. (City of Lubbock ) (Southeast Water Reclamation Plant) 11/16/98 (Digester Rehabilitation ) 13231 bk (36466 ) -2- DAT All exterior ferrous metal surfaces, except stainless steel, shall be coated with two coats of the indicated exterior primer. Total dry film thickness shall be at least 10 mils. 2-2.01. Product Selection. The Contractor shall submit to the Engineer for review complete descriptive specifications for all brands of coatings proposed for use. Requests for review submitted directly to the Engineer by coating suppliers will not be considered. 2-3. EXISTING DIGESTION TANK. 2-3.01. Tank Parameters. The tank to be cleaned and coated has the following parameters: Digester inside diameter, feet 120 Cover type Floating, steel Walls and floor concrete Total sidewall depth, feet 35.0 Floor slope 5:1 Approximate top of digester roof El. 3187 Exterior finish grade El. 3164.50 Sidewall manway no Mixers 4-mechanical draft tube type 2-3.02. Dewatering. The Owner has drained Digester No. 9 to approximately elevation 3147.9. The Contractor's Base Bid shall be based upon the Contractor being responsible for removing and disposing of any remaining sludge from the digester. Prior to beginning removal of sludge, the Contractor, in the presence of the Owner, shall field verify the elevation of sludge in the digester. Resuspension of solids may be required in order to remove the settled material. Under Deductive Bid Alternative No. 1, the sludge may be disposed of onsite at the plant's existing sludge drying beds. The Contractor shall provide either a (City of Lubbock ) (Southeast Water Reclamation Plant) 11/16/98 (Digester Rehabilitation ) 13231 bk (36466 ) -3- DAT tanker truck or a pump and piping system to transfer sludge from the digester to the drying beds. The tank floor has pressure relief valves that permit groundwater to flow into the tank when it is empty. The elevation of the pressure relief valve is approximately 3133.7. Any water that may enter the digester through the pressure relief valves may be disposed of in the plant's sanitary sewer system. During blasting operations for cover surface preparation, the Contractor shall make provisions to minimize the amount of blasting debris removed with the water, if water is encountered. PART 3 - EXECUTION 3-1. PRELIMINARY WORK. The Contractor shall be responsible for performing all preliminary work necessary to provide proper access for construction and inspection purposes to the interior of the digestion tank. The Contractor shall provide all ladders, full coverage scaffolding with full flooring, and similar equipment necessary for access to the digestion tank and to the interior of the tank. The Contractor shall provide any and all fixtures and equipment necessary to support dewatering pumps and similar items which may be used to remove blasting residue. The Contractor will be permitted to utilize all existing access openings in the covers as indicated on the drawings. . The Contractor shall be responsible for furnishing and operating all lighting and ventilation equipment as required to provide adequate protection for workmen and to eliminate explosion hazards. 3-2. GENERAL. Cleaning, surface preparation, coating application, and thickness shall be as specified herein and shall meet or exceed the coating manufacturer's recommendations. When the manufacturer's recommendations exceed the specified requirements, the Contractor shall comply with the manufacturer's minimum recommendations. When equivalent products are acceptable to the Engineer, the Contractor shall comply with this specification and the coating manufacturer's recommendations. Unless otherwise specified herein, all painting work, testing, and reports shall be in accordance with the applicable requirements of AWWA D102. Coating systems and materials shall be in accordance with the products listed herein. (City of Lubbock ) (Southeast Water Reclamation Plant) 11/16/98 (Digester Rehabilitation ) 13231 bk (36466 ) -4- DAT Unless otherwise authorized by the Engineer, all field coating shall be done after repairs are completed. Upon completion of the work, an affidavit of compliance with the applicable requirements of AVWVA D102 shall be submitted in accordance with Section 1.4 of D 102. 3-3. SURFACE PREPARATION. All surfaces to be coated shall be dry and shall meet the recommendations of the coating manufacturer for surface preparation. Freshly coated surfaces shall be protected from dust and other contaminants. Oil and grease shall be completely removed by use of solvents or detergents before mechanical cleaning is started. The cleaning methods and profiles specified herein are minimums, and if the requirements printed in the coating manufacturer's data sheets exceed the limits specified, the value printed on the data sheets shall become the minimum requirement. 3-3.01. Preparation of Metal Surfaces. All surfaces shall be dry when coated and free from dirt, dust, sand, mud, oil, grease, rust, mill scale, and other objectionable substances. All metal surfaces shall be prepared for inspection by blast cleaning to at least SSPC-SP10. After inspection and any necessary repairs have been made, the metal surfaces shall be blast cleaned again to remove flash rust before coating. The coating shall be applied to metal surfaces the same day after the second blast cleaning. In every case, the coating shall be applied before visible rust appears. Surfaces of welds shall be scraped, chipped, and wire brushed as necessary to remove all residual paint and residue. The use of chipping tools which produce cuts, burrs, or excessive roughness will not be acceptable. All blasting operations, including recovery and disposal of blasting materials, shall be performed in accordance with applicable regulations and ordinances. 3-4. BLASTING. 3-4.01 Containing Blasting Debris. The Contractor shall ensure that no blasting debris escapes to the atmosphere or travels farther than 30 feet from the base of the site of blasting operations, or any lesser distance required to avoid contamination of adjacent buildings, worksites, and parking lots. The ground surrounding the site shall be protected from all debris and other materials generated in the cleaning operations. The Owner reserves the right to stop work or to require additional or different enclosure methods, if the (City of Lubbock ) (Southeast Water Reclamation Plant) 11/16/98 (Digester Rehabilitation ) 13231 bk (36466 ) -5- DAT Contractor's operations create a nuisance beyond the site in the sole opinion of the Owner or any regulatory agency. 3-4.02. Storage of Blasting Residue. Coating and cleaning debris shall be cleaned up daily and stored in covered dumpsters provided by the Contractor. Each dumpster cover shall be designed and installed to keep all rainwater from entering the dumpster or its contents. 3-4.03. Disposal of Blasting Residue. The material shall be legally disposed of by the Contractor in accordance with local, state, and federal laws. The Contractor shall be responsible for removing and properly transporting all the material from the project site. The Contractor shall prepare his bid to include the cost of transporting and disposing of the combined coating and spent cleaning material to the Owner's landfill. 3-5. INSPECTION. All concrete and steel surfaces shall be inspected by the Engineer after initial surface preparation to determine if repairs are required. The Contractor shall provide access for and assistance to the Engineer as required for the inspection. Repairs to the steel surfaces and repairs to the concrete will be negotiated with the Contractor. 3-6. MIXING AND THINNING AND WFT TESTING. Coatings shall be thoroughly mixed each time any is withdrawn from the container. Coating containers shall be kept tightly closed except while paint is being withdrawn. Coatings shall be factory mixed to proper consistency and viscosity for hot weather application without thinning. Thinning will be permitted only as necessary to obtain the recommended coverage at lower application tempera- tures. In no case shall the wet film thickness (WFT) of applied coating be reduced, by the addition of paint thinner or otherwise, below the thickness recommended by the coating manufacturer. Thinning shall be done in compliance with all applicable air quality regulations. The Contractor shall use wet film thickness gauges to monitor the recommended thickness whenever paint is applied. Records shall be kept by the Contractor, identifying the date, location, WFT, and applicator. 3-7. APPLICATION. Application shall conform to the recommendations of the coating manufacturer. Coating shall be applied in a neat manner, with finished surfaces free of runs, sags, ridges, laps, and brush marks. The coating shall be applied in a manner that will produce an even film of uniform and proper (City of Lubbock ) (Southeast Water Reclamation Plant) 11 /16/98 (Digester Rehabilitation ) 13231 bk (36466 ) -6- DAT thickness. Multiple passes of the applicator shall be used to produce the required film thickness. In no case shall coating be applied at a rate of coverage which is greater than the maximum rate recommended by the manufacturer. Dry film thicknesses of the coating systems shall be as specified herein, and the testing of coating films shall be in accordance with Section 8 of AWWA D102. The Contractor shall perform DFT testing and shall maintain suitable records which shall be made available to the Engineer upon request. Coating showing sags, checks, blisters, teardrops, curtain runs, or fat edges will not be accepted and shall be entirely removed and the surface repainted. 3-7.01. Weather Conditions. Dust, dirt, debris, or insects shall not be allowed to collect on freshly applied coatings. Coatings applied with spray equipment shall be protected during application from being deflected or carried away by wind. Coating shall not be applied at air temperatures or to surfaces of metals which have a temperature lower than the minimum recommended by the coating manufacturer; or when metal temperature and atmospheric conditions cause condensation on the surface of the metal. 3-7.02. Protection. Care shall be taken to prevent coating from being dropped, spilled, or windblown on concrete and masonry surfaces, buildings, structures, cars, or other property or facilities. All surfaces so damaged shall be cleaned, repaired, replaced, or painted to the satisfaction of the Engineer. If bituminous coating material is spilled or dropped on any material except metals, the surface shall be cleaned and spot coated with aluminum coating prior to applying the specified coating. Exposed concrete or masonry not specified to be coated which is damaged by coatings shall be either removed and rebuilt or, where authorized by the Owner, coated with two coats of masonry coating. 3-7.03. Compliance with Regulations. Compliance with local, state, and federal regulations concerning emissions or disposal of solid, particulate, liquid, or gaseous matter as a result of the cleaning, coating or other operations shall be the responsibility of the Contractor. All shielding, abrasive retrieval, or other methods of using precautions required by the regulating agencies shall be accomplished at no additional cost to the Owner unless otherwise provided herein. Any fines imposed on the Owner or Engineer by any regulatory agency as a result of the Contractor's noncompliance with environmental regulations shall be paid or reimbursed by the Contractor. 3-8. FALL PROTECTION AND ACCESS. The Contractor's rigging shall provide access to all coated surfaces for thickness testing and inspection. (City of Lubbock ) (Southeast Water Reclamation Plant) 11/16/98 (Digester Rehabilitation ) 13231 bk (36466 ) -7- DAT Rigging shall incorporate 100 percent fall protection methods, limiting a fall to 6 feet, in accordance with OSHA 29 CFR 1926-Subpart M. All safety precautions included in AWWA D102 shall also be followed. 3-9. QUALITY ASSURANCE. To facilitate inspection, the Contractor shall, on the first day of blasting operations, blast a metal panel to the standard specified. The panels shall be 1 /8 inch plate stock and shall measure a minimum of 8-1/2 inches by 11 inches. After mutually agreeing that the panels meet the requirements of the specification, the Contractor and the Owner shall initial them, and the panels shall be coated with a clear nonyellowing finish. The panels shall be utilized by the Owner's representative throughout the duration of blasting operations for comparison purposes. 3-10. FIELD TESTING. Following the cleaning and blasting of all surfaces and the installation of the skirt seal, but before the application of all field coatings and exterior insulation and roofing covering materials are installed, the cover shall be tested for gastightness. The cover shall be tested for gastightness by using a vacuum box. During air testing, all seams, joints, seals, gaskets, and other potential points of leakage shall be checked for leaks using a soap solution. All leaks in welded joints or seams shall be rewelded and retested. Leaks at other locations shall be suitably repaired and retested to the satisfaction of the Engineer. End of Section (City of Lubbock ) (Southeast Water Reclamation Plant) 11/16/98 (Digester Rehabilitation ) 13231 bk (36466 ) -8- DAT Section 13400 INSTRUMENTATION PART 1 - GENERAL 1-1. SCOPE. This section covers the furnishing and installation of metering and control equipment. In addition, 1/0 points shall be added to the Owner's existing QEI RTUs located in the Plant 3 Motor Control Center Building, Plant 4 Secondary Sludge Pumping Station, Digested Sludge Pumping Station, and Digester 8 and 9 Control Building as described in the 1/0 listing. The system supplier shall furnish and install any necessary PLC programming and 1/0 modules as required for this function. Modifications to the existing SCADA system including, but not limited to development of new screens and system programming as required by the additional 1/0 points, shall also be furnished by the system supplier. 1-1.01. Metering and Control Systems. One Sludge Flowmetering System One Sludge Level Metering Systems One Digester 9 Valve Rotation system 1-1.02. Miscellaneous. One lot of test equipment, spare parts, and miscellaneous devices as set forth herein. 1-2. CODES, PERMITS AND AGENCY APPROVALS. All work and materials shall comply with the National Electrical code and applicable local regulations and ordinances. Where required by applicable codes, panel assemblies, materials and equipment shall be approved, identified, labeled, or listed by Underwriters' Laboratories or other testing organization acceptable to the governing authority. The Contractor shall, at his own expense, arrange for and obtain all necessary permits, inspections, and approval by the proper authorities in local jurisdiction of such work. This shall include third party inspections or testing of panels and equipment as may be required by the governing authorities. 1-3. SUPPLIER'S QUALIFICATIONS. The entire system shall be designed, coordinated, and supplied by a qualified system supplier who is regularly engaged in the business of designing and building instrument and control systems for water and wastewater projects. The Contractor's intended instrumentation supplier shall meet the following qualifications: (City of Lubbock ) (Southeast Water Reclamation Plant) 11/18/98 (Digester No. 9 Rehabilitation ) 13400 bk (36466 ) -1- WML The supplier shall have and shall maintain a qualified technical staff and design office. The qualifications and experience of key project personnel shall be acceptable to the Engineer. The supplier shall have the physical plant and fabricating personnel to complete the work specified. The supplier's fabrication capabilities and arrangements shall be acceptable to the Engineer. The supplier shall employ competent service personnel to service the equipment furnished. The geographic location of service personnel for this project shall be acceptable to the Engineer. The supplier shall have successfully provided similar work for at least 5 years. 1-4. COORDINATION. Instrument and control systems shall be designed and coordinated for proper operation with related equipment and materials furnished under other sections, and with related existing equipment. All instruments and control devices shall be applied in full conformity with the drawings, specifications, engineering data, instructions, and recommendations of the instrument or device manufacturer and the related equipment manufacturer. Review of drawings submitted prior to the final determination of related equipment shall not relieve the Contractor from supplying systems in full compliance with the specific requirements of the related equipment. Related equipment and materials may include, but will not be limited to, primary flow measuring devices, valve actuators, chemical feeders, analytical measuring devices, supervisory control equipment, telemetry, conduit, cable, and piping, as described in other specifications associated with this project. Installation drawings shall be prepared for interconnecting wiring and piping between the related equipment and the equipment furnished under this section. All interconnecting wiring shall be appropriate for the service and shall result in a properly functioning system. The Contractor shall provide coordination with other contractors and supervision of installation as required during construction. 1-5. SUBMITTALS. Complete fabrication, assembly, and installation drawings; wiring and schematic diagrams; and details, specifications, and data covering the materials used and the parts, devices, and accessories forming a part of the equipment furnished shall be submitted in accordance with the submittals (City of Lubbock ) (Southeast Water Reclamation Plant) 11/18/98 (Digester No. 9 Rehabilitation ) 13400 bk (36466 ) -2- WML section. Submittal data shall be grouped and submitted in three separate stages. The submittal for each stage shall be substantially complete. Individual drawings and data sheets submitted at random intervals will not be accepted for review. Instrument tag numbers indicated on the contract drawings shall be referenced where applicable. Submittal data for multifunctional instruments shall include complete descriptions of the intended functions and configurations of the instruments. 1-5.01. First Stage Submittal. The first stage submittal shall include the following items: a. Product catalog cut sheets clearly marked to show the model number, optional features, and intended service of the device. b. A detailed list of any exceptions, functional differences, or discrepancies between the supplier's proposed system and the contract requirements. 1-5.02. Second Stage Submittal. The second stage submittal shall include the following items: a. System wiring and installation drawings for all interconnecting wiring between components of the systems furnished and for all interconnecting wiring between the related equipment and the equipment furnished under this section. Wiring diagrams shall show complete circuits and indicate all connections. If panel terminal designations, device interconnections, device features and options, or other features are modified as a result of the fabrication process or factory testing, revised drawings shall be resubmitted. At the supplier's option, and for projects with very few fabrication drawings, the first stage and second stage submittals may be combined. 1-5.03. Third Stage Submittal. Complete system documentation, in the form of operation and maintenance manuals, shall be provided. Manuals shall include complete product instruction books for each item of equipment furnished. Where instruction booklets cover more than one specific model or range of instrument, product data sheets shall be included which indicate the instrument model number, calibrated range, and all other special features. A complete set (City of Lubbock ) (Southeast Water Reclamation Plant) 11/18/98 (Digester No. 9 Rehabilitation ) 13400 bk (36466 ) -3- WML of "as -built" wiring, fabrication, and interconnection drawings shall be included with the manuals. PART 2 - PRODUCTS 2-1. GENERAL REQUIREMENTS. All equipment furnished under this section shall be selected by the system supplier for its superior quality and intended performance. All equipment and software shall be year 2000 compliant. Equip- ment and materials used shall be subject to review and shall comply with the following requirements. 2-1.01. Power and Instrument Signals. Unless specified otherwise, electrical power supply to the instrumentation equipment will be unregulated 120 volts ac at the locations noted on the one -line and functional diagrams. All transmitted electronic analog instrument signals shall be 4-20 mA dc, unless noted otherwise, and shall be linear with the measured variable. 2-1.02. Metering Accuracy. System metering accuracy, as compared to the actual process value, shall be determined from the value read at the principal readout device such as the recorder, totalizer or man -machine interface device. System requirements shall not preclude any requirements specified herein for individual devices. For systems where the primary measuring device, transmitter, and receiver are furnished under this section, the accuracies shall be within the following limits: a. Pressure: 1.0 percent of measured span. b. Level: 1.0 percent of measured span. c. Temperature: 1.0 percent of measured span. d. Flow Rate: Doppler type ultrasonic metering: 3.0 percent of full scale between 10 and 100 percent of scale. 2-1.03. Appurtenances. Signal converters, signal boosters, amplifiers, special power supplies, special cable, special grounding, and isolation requirements shall be furnished -and installed as required for proper performance of the equipment. One spare fuse of each type shall be furnished. (City of Lubbock ) (Southeast Water Reclamation Plant) 11/18/98 (Digester No. 9 Rehabilitation ) 13400 bk (36466 ) -4- WML F 2-1.04. Interchangeability and Appearance. Instruments used for the same types of functions and services shall be of the same brand and model line insofar as possible. Similar components of new instruments shall be from the same manufacturer to facilitate maintenance and _stocking of repair parts. Whenever possible, identical units shall be furnished. 2-1.05. Programming Devices. A programming or system configuring device shall be provided for systems that contain any equipment which requires such a device for routine calibration, maintenance, and troubleshooting. The program- ming device shall be complete and in like -new condition and shall be turned over to the Owner at completion of startup. 2-1.06. Device Tag Numbering System. All devices shall be provided with permanent identification tags. The tag numbers shall agree with the instrument device schedules and with the supplier's equipment drawings. All field -mounted transmitters and devices shall have stamped stainless steel identification tags. Panel, subpanel, and rack -mounted devices shall have laminated phenolic identification tags securely fastened to the device. Hand -lettered labels or tape labels will not be acceptable. 2-1.07. Special Tools and Accessories. Equipment requiring periodic repair and adjustment shall be furnished complete with all special tools, instruments, and accessories required for proper maintenance. Equipment requiring special devices for lifting or handling shall be furnished complete with those devices. 2-2. METERING AND CONTROL SYSTEMS. Principal components of the metering and control systems are indicated on the instrument device schedule. The following paragraphs describe additional details or requirements. 2-2.01. Digester 9 Valve Rotation System. Programmable logic controller (PLC) and input/output (1/0) hardware to control plug valves PV-1653, -1654, - 1655, and -1656 at digester No. 9 shall be furnished. Valve operation shall be as follows: The PLC shall open the first digester gas mixing control valve for 15 minutes. Upon timing out of the first valve, the second valve shall begin to open. Upon the second valve reaching the full open position, the first valve will close. A valve shall be considered to be closed, unless it is fully open. If two valves are indicated to be open at the same time for more than three minutes, an alarm condition shall be initiated. Each of the four valves on digesters No. 8 and No. 9 shall operate sequentially on a 15 minute timed basis. If no valve is open, the respective compressor shall be disabled. If a valve is out of (City of Lubbock ) (Southeast Water Reclamation Plant) (Digester No. 9 Rehabilitation ) (36466 ) 11 /18/98 13400 bk -5- WML service, the control program shall be written to allow that valve to be skipped. The program shall allow operation of digester No. 8 or digester No. 9 valves with either digester No. 8 compressor or digester No. 9 compressor. Valve and compressor associations shall be furnished as an input to the PLC from each compressor control station. Individual valve open status and valve failure to rotate alarm shall be provided as inputs to the PLC and outputs from the PLC to the building RTU. The existing PLC is Modicon 984, 2-3. INDIVIDUAL DEVICE SPECIFICATIONS. The following specifications shall apply to the equipment items in the instrumentation and control systems. 2-3.01. Flow Instrumentation. 2-2.01.01. Doppler Ultrasonic Flowmeters. Doppler ultrasonic flowmeters shall have single or dual flow -sensing transducers which are mounted on the outside of the process piping and sense through the pipe wall. The sensor shall be connected to the electronic transmitter with a special 20 foot long, armored, plastic jacketed, waterproof cable. The electronic transmitter shall be housed in a NEMA Type 4 watertight enclo- sure, suitable for wall or pipestand mounting. The transmitter shall contain a local electronic indicator with scale engraved in units of flow as indicated in the device schedule. The flowmeter shall be suitable for measuring flows within a range of 0 to 5 fps up to 0 to 30 fps and shall be electronically precalibrated against a frequency standard to within 1.0 percent of span. The flowmeter shall be suitable for use on the pipe materials with a wall thickness up to 3/4 inch. The flowmeter shall have a built-in frequency standard to allow easy field calibration checks. The flowmeter shall have a 4-20 mA do output with adjustable damping, which is linearly proportional to the flow range as specified elsewhere. The flowmeter shall be of the ac powered type. Changes in temperature and speed of sound in the process fluid shall have a negligible effect on the indicated flow. The flowmeter accuracy shall be + 2 percent of span over a 10 to 1 range. The signal converter shall contain an indication of signal strength. The converter circuitry shall be coated in accordance with Mil -Spec, with an antifungus compound and shall be suitable for operating over an ambient (City of Lubbock ) (Southeast Water Reclamation Plant) 11/18/98 (Digester No. 9 Rehabilitation ) 13400 bk (36466 ) -6- WML temperature range of -10 to +140F. Lightning protection and RFI protection shall be standard features. The flowmeter shall be suitable for measuring fluids which contain a minimum of 200 ppm of suspended particles, with an average particle size not less than 200 microns. The Doppler flowmeters shall be manufactured by Controlotron, Nusonics, Polysonics, or TN Technologies. 2-3.02. Pressure and Level Instrumentation. 2-3.02.01. "Smart" Differential Pressure Transmitters. Transmitters shall have "smart" electronic circuitry and shall be of the two -wire type. Process fluid shall be isolated from the sensing elements by AISI Type 316 stainless steel, Hastelloy-C or cobalt -chromium -nickel alloy diaphragms, and a silicone oil fluid fill. Transmitters shall be enclosed in a NEMA Type 4X housing and shall be suitable for operation at temperatures from 0 to 1807, with relative humidity of 5 to 100 percent. All parts shall be cadmium- plated carbon steel, stainless steel, or other corrosion -resistant materials. Vents shall be provided on the sides of the diaphragm housing body. Transmitters shall have positive overrange protection. Accuracy of the transmitters shall be 0.10 percent of span, and the effect on accuracy caused by static pressure changes shall be negligible. Transmitter output shall be 4-20 mA do without the need for external load adjustment. Transmitters shall not be damaged by reverse polarity. Each transmitter shall be provided with a carbon steel, three -valve manifold and a mounting bracket as required. Manifolds shall have test ports on the instrument side of the valves and shall be Anderson -Greenwood "WT". Transmitters shall be factory calibrated to the required range and provided with the manufacturer's standard hand-held communications/calibration device. One device shall be furnished for all transmitters provided by a single manufacturer. Transmitters shall be furnished with LCD type digital indicators. Transmitters shall be Bailey "Series PTH-Smart", Foxboro "Model IDP10-D " or Rosemount "Model 1151-Smart". 2-3.03. Analytical Instrumentation. 2-3.03.01. Gas Detector Systems. Gas detector systems shall be furnished complete with sensors, alarm modules, enclosures, and appurtenant devices (City of Lubbock ) (Southeast Water Reclamation Plant) 11/18/98 (Digester No. 9 Rehabilitation ) 13400 bk (36466 ) -7- WML suitable for detecting gases as indicated on the drawings or as listed in this section. Detector systems shall be located as indicated on the drawings. Gas detector sensor ranges and nominal alarm setpoints shall be as follows: Gas Nominal Range Nominal "Warning" and "Alarm" Values Combustible Gas (Methane) 0-100% LEL 10%/50% LEL Accuracy of each gas detector system shall be 2 percent, and zero drift shall not exceed 2 percent per month. Gas detector systems shall be suitable for an operating temperature range of 0 to 50°C. Gas detector systems shall be EIT series 4000/6000; GasTech "SafeTnet" series; or MSA series 5000/Ultima. 2-3.03.01.01. Sensors. Sensors shall be of the remote mounted diffusion cell type contained in corrosion resistant weather proof housings. Sensors shall be rated either intrinsically safe or explosion proof, and shall be suitable for the environment in which they will be located. Sensors shall not require any addition of chemical reagents and shall require no routine maintenance other than calibration checks. Minimum sensor life shall be 1 year. A sufficient length of cable shall be provided for connecting the sensor to its alarm module enclosure. 2-3.03.01.02. Receiver/Alarm Modules. Each gas detector system shall be provided with a receiver/alarm module for each sensor. The receiver/alarm modules shall be housed in weatherproof NEMA 4X enclosures suitable for an operating temperature of -20 to +50°C, with a relative humidity of 5 to 95 percent. Each alarm module shall have a separate, three -digit LED or LCD readout with units of the corresponding sensor engraved on the module face. Each module shall have two independently adjustable alarm points, one labeled "warning" and one labeled "alarm". Each alarm point, plus a module fail alarm point shall actuate a separate relay with single -pole, double -throw contacts, rated 3 amperes at 120 volts ac, and shall illuminate a separate alarm light on the module face. Modules shall be of the ac powered type and shall be designed with failsafe circuitry, so the alarm contacts fail in the alarm condition upon power or sensor failure. Each alarm module shall actuate a local alarm horn-oT buzzer at the unit, which can be silenced with a button on the unit. Each alarm module shall have an isolated 4-20 mA do output signal representing the calibrated range of the detector system and capable of driving an external 250 ohm load. (City of Lubbock ) (Southeast Water Reclamation Plant) 11/18/98 (Digester No. 9 Rehabilitation ) 13400 bk (36466 ) -8- WML 2-3.03.01.03. Gas Detector Calibration Kit. A calibration kit shall be provided for use in field calibration of each gas detector. The calibration kit shall contain all necessary fittings, calibration gases, and hoses required for not less than 12 field calibration checks of each gas detector, after final acceptance of the system. 2-3.03.01.04. Sure Sensors. One spare sensor shall be provided for each sensor in the gas detector system. Spare sensors shall be provided in addition to any replacement sensors required during the warranty period, even if the warranty period exceeds the normal expected life of the sensor. Delivery schedule for the spare sensors shall be as recommended by the manufacturer and as coordinated with the Owner. PART 3 - EXECUTION 3-1. INSTALLATION REQUIREMENTS. The instrumentation equipment shall be installed by the Contractor or his subcontractors in accordance with the manufacturers' instructions. The services of the system supplier's technical representative shall be provided as necessary to calibrate, test, and advise others of procedures for adjustment and operation in accordance with the requirements of the quality control section. 3-1.01. Field Wiring. Field wiring materials and installation shall conform to the requirements of the electrical section. 3-1.02. Field Piping. Field piping materials and installation shall conform to the requirements of the miscellaneous piping section. 3-1.03. Field -Mounted Instruments. Instruments shall be mounted so they may be easily read and serviced and all appurtenant devices easily operated. Installation details for some instruments are indicated on the drawings. Unless otherwise indicated on the drawings, instruments which include local indicators shall be mounted approximately 5 feet above the floor and shall be oriented for ease of viewing. Transmitters shall be mounted on corrosion -resistant pipe supports suitable for floor, wall, or bracket mounting. 3-1.04. Field Calibration. A technical representative of the system supplier shall calibrate each instrument and provide a written calibration report indicating the results and final tuning adjustment settings. The adjustments of each calibrated instrument shall be sealed or marked, insofar as possible, to discourage tampering. Instruments shall be calibrated before checkout of the operation of the system. A typical instrument calibration report form is included at the end of this section. (City of Lubbock ) (Southeast Water Reclamation Plant) 11/18/98 (Digester No. 9 Rehabilitation ) 13400 bk (36466 ) -9- WML 3-1.05. Systems Check. A technical representative of the system supplier shall participate in the checkout of metering and control systems. If interrelated devices furnished by other suppliers, such as valve actuators, motor controls, chemical feeders, or primary measuring devices, do not perform properly when placed in service, the technical representative shall use suitable test equipment to introduce simulated signals to the devices, and/or measure signals from such devices as required to locate the source of trouble or malfunction. A written report stating the results of such tests shall be furnished, if requested by the Engineer, to assign responsibility for corrective measures. 3-1.06. Installation Test Equipment. Unless specified otherwise, all test equipment for the calibration and checking of system components shall be provided by the Contractor for the duration of the testing work and this test equipment will remain the property of the Contractor or the system supplier. 3-1.07. Salvage of Existing Equipment. Existing materials and equipment removed or replaced under this contract shall be turned over to the Owner, or shall be discarded as directed by the Owner. All mounting brackets, piping, or holes which remain after removal of equipment shall be removed or repaired in a manner acceptable to the Engineer. 3-2. CUSTOMER TRAINING. The coordinating supplier shall provide a qualified representative at the jobsite to train the Owner's personnel in operating and maintenance of the equipment. The training session shall include a technical explanation of the equipment and an actual hands-on demonstration. The training session shall consist of one (1) consecutive 4-hour session and the schedule shall be arranged and coordinated with the Owner. End of Section (City of Lubbock ) (Southeast Water Reclamation Plant) 11/18/98 (Digester No. 9 Rehabilitation ) 13400 bk (36466 ) -10- WML INSTRUMENT DEVICE SCHEDULE ��DEVICE CALIBRATED RANGE NUM9ER SERVICE LOCATION DESCRIPTION OR SCALE REMARKS FIT-1613 SLUDGE FLOW TO DIGESTER 9 LIT-1614 DIGESTER 9 SLUDGE LEVEL 13400 Lubbock, TX DIGESTER 9 PIPING DIGESTER 8/9 CONTROL BUILDING FLOWMETER, DOPPLER 4 mA = 50 GPM 8-INCH LINE ULTRASONIC 20 mA = 500 GPM FLANGE -MOUNTED DIFFERENTIAL 4 mA = EL. 3176 8-INCH LINE PRESSURE LEVEL TRANSMITTER 20 MA = EL. 3179 INPUT/OUTPUT LISTING UO TYPES FIELD ANALOG SIGNAL --PROCESS REF. NO. ATU DEVICE DESCRIPTION RANGE RANGE REMARKS ANALOG INPUTS (Al): Al 1 13 FI-1613 Al 2 13 LIT-1614 134000 Lubbock, TX SLUDGE FLOW TO DIGESTER 9 DIGESTER 9 SLUDGE LEVEL 4-20 mA DC 0-500 GPM 4-20 mA DC 0-3 FT INPUT/OUTPUT LISTING O TYPE-8 FIELD DISCRETE ONTAC SIGNAL REF. NO. DEVICE DESCRIPTION CLOSED MAIN LEVEL REMARKS DISCRETE INPUTS (DI): DI 1 13 PV-1653 POSITION VALVE OPEN N.O. 120 VAC DIGESTER 9 VALVE DI 2 13 PV-1653 POSITION VALVE CLOSED N.O. 120 VAC DIGESTER 9 VALVE DI 3 13 PV-1654 POSITION VALVE OPEN N.O. 120 VAC DIGESTER 9 VALVE DI 4 13 PV-1654 POSITION VALVE CLOSED N.O. 120 VAC DIGESTER 9 VALVE DI 5 13 PV-1655 POSITION VALVE OPEN N.O. 120 VAC DIGESTER 9 VALVE DI 6 13 PV-1655 POSITION VALVE CLOSED N.O. 120 VAC DIGESTER 9 VALVE DI 7 13 PV-1656 POSITION VALVE OPEN N.O. 120 VAC DIGESTER 9 VALVE DI 6 13 PV-1656 POSITION VALVE CLOSED N.O. 120 VAC DIGESTER 9 VALVE DI 9 13 PLC VALVE FAILURE TO ROTATE ALARM N.O. 120 VAC 134000 Lubbock, TX INPUT/OUTPUT LISTING OTYPEh FIECDDISCREIE CONTACT SIGNAL U EF. N0. DEVICE DESCRIPTION CLOSED MAIN LEVEL REMARI'9 DISCRETE OUTPUTS (DO): DO 1 13 PLC PV-1653 POSITION DO 2 13 PLC PV-1654 POSITION DO 3 13 PLC PV-1655 POSITION DO 4 13 PLC PV-1656 POSITION 134000 Lubbock, TX VALVE OPEN N.O. 120 VAC VALVE OPEN N.O. 120 VAC VALVE OPEN N.O. 120 VAC VALVE OPEN N.O. 120 VAC INPUT/OUTPUT LISTING F110TYPE6 FIE DISCRETE-CONTAC SIGNAL REF. NO. DEVICE DESCRIPTION CLOSED MAIN LEVEL REMARKS DISCRETE INPUTS (DI): DI 1 4 SP-101 DI 2 4 SP-101 134000 Lubbock, TX STATUS ALARM RUNNING N.C. 120 VAC SP-101 ALARM N.C. 120 VAC SP-101 INPUT/OUTPUT LISTING O TYPEr!< IECD DISCR CONTAC I SIGNAL REF. NO. DEVICE DESCRIPTION CLOSED MAIN LEVEL REMARKS DISCRETE OUTPUTS (DO): DO 1 8 AFD DO 2 8 MCC-500 DO 3 8 MCC-500 DO 4 8 MCC-500 134000 Lubbock, TX DIGESTER 8/9 HIGH SLUDGE LEVEL DIGESTER 8/9 HIGH SLUDGE LEVEL DIGESTER 8/9 HIGH SLUDGE LEVEL DIGESTER 819 HIGH SLUDGE LEVEL NORMAL LEVEL N.C. 120 VAC SP-501 SHUTDOWN NORMAL LEVEL N.C. 120 VAC SP-502 SHUTDOWN NORMAL LEVEL N.C. 120 VAC WP-501 SHUTDOWN NORMAL LEVEL N.C. 120 VAC WP-502 SHUTDOWN INPUT/OUTPUT LISTING F—VOTlPEB ELD DISCRETE CONTAC SIGNAL REF. NO. DEVICE DESCRIPTION CLOSED MAIN LEVEL REMARKS DISCRETE OUTPUTS (DO): DO 1 12 AFD DO 2 12 AFD DO 3 12 AFD 134000 Lubbock, TX DIGESTER 8/9 HIGH SLUDGE LEVEL DIGESTER 8/9 HIGH SLUDGE LEVEL DIGESTER 8/9 HIGH SLUDGE LEVEL NORMAL LEVEL N.C. 120 VAC WP-3301 SHUTDOWN NORMAL LEVEL N.C. 120 VAC WP-3302 SHUTDOWN NORMAL LEVEL N.C. 120 VAC WP-3303 SHUTDOWN Section 15060 MISCELLANEOUS PIPING PART 1 -GENERAL 1-1, SCOPE. This section covers furnishing and installation of miscellaneous piping and piping accessories (except as otherwise indicated) for all services. The following items are covered in other sections: Cast (ductile) iron pipe Pipe supports and anchors Pipe trenching, bedding, and backfill Miscellaneous piping shall be furnished and installed complete with all fittings, jointing materials, hangers, supports, anchors, and other necessary appurtenances. 1-2. SUBMITTALS. Complete specifications, data, and catalog cuts or drawings covering the following items furnished under this section shall be submitted in accordance with the submittals section: Expansion joints for copper, steel, and PVC pipe. Flange gaskets. Grooved and mechanical couplings. Insulating (dielectric) couplings, threaded and flanged. Pipe insulation. Watertight/dusttight pipe sleeves. PART 2 - PRODUCTS 2-1. SERVICE AND TYPE REQUIREMENTS. Except as otherwise specified, pipe and tubing shall conform to the general requirements in the Piping Schedule at the end of this section. Pipe materials for service conditions not listed shall be as specified in other sections, as indicated on the drawings, or, in the absence of any definite requirement, as determined by the Engineer. (City of Lubbock ) (Southeast Water Reclamation Plant) 7/21/97 (Digester Rehabilitation ) 15060 cjs (36466 ) -1- AR Where optional pipe materials or fittings are specified for a particular service, either may be provided at the Contractor's option. For all services where ASTM A53 steel pipe is required, the use of ASTM A106 steel pipe of equivalent wall thickness will be acceptable. 2-2. MATERIALS. Steel Pipe The following types of steel pipe shall be provided. The specific type of pipe material and wall thickness to be provided for each service listed herein shall conform to the requirements of the applicable Service and Type Requirements paragraph. ASTM A53, seamless (Type S), or electric resistance welded, (Type E), Grade A or B. ASTM A106, Grade A or B. Nipples ASTM A733, seamless, extra strong (Schedule 80); "close" nipples will be permitted only by special authorization in each case. Fittings Cast Iron Threaded ANSI/ASME B16.4, Class 125. Flanged ANSI/ASME B16.1, Class 125. Malleable Iron ANSI/ASME B16.3, Class 150, or Fed Spec WW-P-521, Type 11 (galvanized) for galvanized pipe or Type I (black) for ungalvanized pipe. Forged Steel Socket - (City of Lubbock ) (Southeast Water Reclamation Plant) (Digester Rehabilitation ) 15060 (36466 ) -2- ANSI B16.11; Bonney, Crane, Ladish, or Vogt. Class 3000. 7/21 /97 CJs AR Welding Threaded Class 2000 or Class 3000. Buttwelding ANSI/ASME B16.9; standard weight for use with standard weight pipe and extra strong for use with extra strong pipe. Unions Malleable Iron Fed Spec WW-U-531, Class 2; Type B (galvanized) for galvanized pipe or Type A (black) for ungalvanized pipe. Flanges For Standard Weight Pipe For Extra Strong Pipe Digester Gas Piping Other Services Flange Bolts and Nuts Flange Gaskets Boiler Exhaust Service Water Service Other Services ANSI/ASME B16.5, Class 150,flat face. ANSI/ASME B16.5, Class 150,flat face. ANSI/ASME B16.5, Class 300, raised face. ASTM A307, Grade B, length such that, after installation, the bolts will project 1/8 to 3/8 inch beyond outer face of the nut. Garlock "Blue -Gard, Style 3000". ASTM D1330, Grade 1, red rubber, ring type, 1/8 inch thick. (City of Lubbock ) (Southeast Water Reclamation Plant) 7/21/97 (Digester Rehabilitation ) 15060 cjs (36466 ) -3- AR Flat Face Flanges Non -asbestos filler with neoprene or nitrile binder; dimensions to suit flange contact face; 1/16 inch minimum thickness for plain finished surfaces, 3/32 inch minimum thickness for serrated surfaces. Raised Face Continuous stainless steel Flanges ribbon wound into a spiral with non -asbestos filler between adjacent coils with a carbon steel gauge ring. Compressed gasket thickness shall be 0.095 inch ±0,005 inch. Mechanical Couplings Expansion Joints Iron -Pipe -Size Brass Pipe Pipe Fittings Unions Copper Tubing Water Tubing Hard Drawn Soft Annealed (City of Lubbock ) (Southeast Water Reclamation Plant) (Digester Rehabilitation ) (36466 ) Dresser "Style 38" or Smith -Blair "Type 411 Flexible Coupling"; without pipe stop. Tempflex "Model H Expansion Compensators" for 3 inch or smaller; Tempflex "Low Pressure High Corr Expansion Joints" with flanged ends and stainless steel bellows for 4 inch or larger. ASTM B43, red brass, regular weight and extra strong. ANSI/ASME B16.15, Class 125. Fed Spec WW-U-516, Class 125. ASTM B88, Type L. ASTM B88, Type K 7/21 /97 15060 cjs -4- AR Fittings Flared Solder -Joint Compression Insulating Solder ANSI/ASME B16.26. ASNI B16.18 or ANSI/ASME B 16.22. Brass; Crawford "Swagelok" or Parker Hannifin "CPI". Threaded Dielectric steel pipe nipple, ASTM A53, Schedule 40, poly -propylene line, zinc plated; Prefection Corp. "Clearflow Fittings". Flanged Epco "Dielectric Flange Unions" or Central Plastics "Insulating Flange Unions". Soldering Flux Brazing Filler Metal Brazing Flux Flanges Flange Bolts and Nuts Flange Gaskets (City of Lubbock ) (Southeast Water Reclamation Plant) (Digester Rehabilitation ) (36466 ) Solid wire, ASTM B32, Alloy Grade Sb5, (95-5). Paste type, Fed Spec O-F-506, Type I, Form A. AWS A5.8 BCuP-5; Engelhard "Silaloy 15", Goldsmith "GB-15", or Handy & Harman "Sil-Fos". Paste type, Fed Spec O-F-499, Type B. ANSI B16.24, Class 150, cast bronze, brazed joint. ASTM A307, Grade B, length such that, after installation, the bolts will project 1/8 to 3/8 inch beyond outer face of the nut. ASTM D1330, Grade I, red rubber ring type, 1/8 inch thick. 7/21 /97 15060 cjs -5- AR Expansion Joints Tempflex "Model HB Expansion Compensators", with copper tube ends. Stainless Steel Tubing Tubing ASTM A269, seamless, Grade TP316, annealed, max hardness Rockwell B80; with the following min wall thickness: Tube OD Wall Thickness inches inch 1/4-3/8 0.065 1 /2 - 7/8 0.083 1 - 2 0.109 Fittings Compression type, AISI Type 316 stainless steel; Crawford "Swagelok", or Parker Hannifin "CPI" or "Ferulok". Pre -insulated Pipe Polyurethane Foam Thermacor Process, Inc., "Thermafab Ferro -Therm". Rigid, ASTM C-591, 90% - 95% closed cell polyurethane with minimum thickness of 1 inch. Jacketing White high density polyethelene, ASTM D-1248, minimum wall thickness 100 mils. Jacketing for above ground outdoor installation shall contain ultraviolet inhibitors for protection from sunlight. Watertight/Dusttight Pipe Sleeves (City of Lubbock ) (Southeast Water Reclamation Plant) (Digester Rehabilitation ) (36466 ) O-Z Electrical Manufacturing "Thruwall" and "Floor Seals", or Thunderline "Link -Seals"; with modular rubber sealing elements, nonmetallic pressure plates, and galvanized bolts. 7/21 /97 15060 cjs -6- AR Anti -Seize Thread Lubricant Teflon Thread Sealer Teflon Thread Tape Pipe Sleeve Sealant Protective Coatings Plastic -Coated Pipe Jet -tube "Nikal", John Crane "Thred Gard Nickel", Never-Seez "Pure Nickel Special", or Permatex "Nickel Anti -Seize". Paste type; Hercules "Real- tuff', John Crane "JC-30", or Permatex "Thread Sealant with Teflon". Hercules "Tape Dope" or John Crane "Thred-Tape". Polysulfide or urethane, as specified in the caulking section. Chevron Chemical Co. "Plexco Plexguard Coating" or Encoat/ Lukens "Encoat Extruded Coating". The products of other manufac- turers will not be acceptable. Tape Wrap ANSI/AWWA C209, except single ply tape thickness shall not be less than 30 mils; Protecto Wrap "200" or Tapecoat "CT". Primer Coal Tar Coating (City of Lubbock ) (Southeast Water Reclamation Plant) (Digester Rehabilitation ) (36466 ) As recommended by the tape manufacturer. MIL-C-18480; Kop-Coat "Bitumastic No. 50" or Tnemec "46-450 Heavy Tnemecol". 7/21 /97 15060 cjs -7- AR PART 3 - EXECUTION 3-1. PIPE JOINTS. Pipe joints shall be carefully and neatly made in accordance with the requirements which follow. 3-1.01. Threaded. Pipe threads shall conform to ANSI/ASME 131.20.1, NPT, and shall be full and cleanly cut with sharp dies. Not more than three threads at each pipe connection shall remain exposed after installation. Ends of pipe shall be reamed, after threading and before assembly, to remove all burrs. Threaded joints in plastic piping shall be made up with teflon thread tape applied to all male threads. Threaded joints in stainless steel piping shall be made up with teflon thread sealer and teflon thread tape applied to all male threads. At the option of the Contractor, threaded joints in other piping may be made up with teflon thread tape, thread sealer, or a suitable joint compound. Thread tape and joint compound or sealers shall not be used in threaded joints which are to be seal welded. 3-1.02. Compression. Ends of tubing shall be cut square and all burrs shall be removed. The tubing end shall be fully inserted into the compression fitting and the nut shall be tightened not less than 1-1/4 turns and not more than 1-1/2 turns past fingertight, or as recommended by the fitting manufacturer, to produce a leaktight, torquefree connection. 3-1.03. Solvent Welded. All joint preparation, cutting, and jointing operations shall comply with the pipe manufacturer's recommendations and ASTM D2855. Pipe ends shall be beveled or chamfered to the dimensions recommended by the manufacturer. Newly assembled joints shall be suitably blocked or restrained to prevent movement during.the set time recommended by the manufacturer. Pressure testing of solvent welded piping systems shall not be performed until the applicable curing time, as set forth in Table X2.1 of ASTM D2855, has elapsed. 3-1.04. Flanged. Flange bolts shall be tightened sufficiently to slightly compress the gasket and effect a seal, but not so tight as to fracture or distort the flanges. A plain washer shall be installed under the head and nut of bolts connecting plastic pipe flanges. Anti -seize thread lubricant shall be applied to the threaded portion of all stainless steel bolts during assembly. 3-1.05. Welded. Welding shall conform to the specifications and recommen- dations contained in the "Code for Pressure Piping", ANSI B31.1. 3-1.06. Push -on. Gasket installation and other jointing operations shall be in accordance with the recommendations of the manufacturer. Each spigot end (City of Lubbock ) (Southeast Water Reclamation Plant) 7/21/97 (Digester Rehabilitation ) 15060 cjs (36466 ) -8- AR shall be suitably beveled to facilitate assembly. All joint surfaces shall be lubricated --with a heavy vegetable soap solution immediately before the joint is completed. Lubricant shall be suitable for use in potable water, shall be stored in closed containers, and shall be kept clean. 3-1.07. Other Pipe Joints. Coupled joints in tempered glass pipe, plastic joints in vitrified clay pipe, and other proprietary type joints shall be made in accordance with the manufacturer's recommendations and to the satisfaction of the Engineer. 3-2. PIPE SLEEVES. Piping passing through concrete or masonry shall be installed through sleeves installed before the concrete is placed or when masonry is laid. Pipe sleeves installed through floors provided with a special finish, such as ceramic or vinyl composition tile, shall be flush with the finished floor surface and shall be provided with nickel or chromium plated floor plates. In all other locations where pipes pass through floors, pipe sleeves shall project not less than one inch nor more than 2 inches above the floor surface, with the projection uniform in each floor area. In the case of insulated pipes, the insulation shall extend through pipe sleeves. Where the drawings indicate future installation of pipe, sleeves shall be provided and the ends sealed with suitable plastic caps or plugs. Holes drilled with a suitable rotary drill will be considered in lieu of sleeves for piping which passes through interior walls and through floors having a special finish. Unless otherwise indicated on the drawings, all pipes passing through walls or slabs which have one side in contact with earth or exposed to the weather shall be sealed watertight with special rubber gasketed sleeve and joint assemblies, or with sleeves and modular rubber sealing elements. Piping passing through the anaerobic digester room and primary distribution structure walls and floor shall be made dusttight and gastight with special rubber gasketed sleeve and joint assemblies; with sleeves sealed with modular rubber sealing elements; or by caulking with oakum and sealing each end with poly -sulfide or urethane sealant. 3-3. PIPE INSTALLATION. Pipe shall be installed as specified, as indicated on the drawings, or, in the absence of detail piping arrangement, in a manner acceptable to the Engineer. The water, and gas supply piping at each fixture or unit of equipment shall be provided with a shutoff valve and union, whether indicated on the drawings or (City of Lubbock ) (Southeast Water Reclamation Plant) 7/21/97 (Digester Rehabilitation ) 15060 cjs (36466 ) -9- AR not, which will permit isolation and disconnection of each item without disturbing the remainder of the system. A union shall be provided within 2 feet of each threaded end valve unless there are other connections which will permit easy removal of the valve. Unions shall also be provided in piping at locations adjacent to devices or equipment which may require removal in the future and at locations required by the drawings or the specifications. Pipe shall be cut using measurements taken at the site and not from the drawings. All necessary provisions shall be taken in laying out piping to provide throughout for expansion and contraction. Piping shall not obstruct openings or passageways. Pipes shall be held free of contact with building construction so as not to transmit noise resulting from expansion. Water supply piping within structures shall be arranged, and facilities provided, for complete drainage. All piping serving metering equipment shall be uniformly graded so that air traps are eliminated and complete venting is provided. All digester gas piping shall be graded to points of drainage collection. Taps for pressure gauge connections on the suction and discharge of pumping units shall be provided with a nipple and a ball type shutoff valve. Drilling and tapping of pipe walls for installation of pressure gauges or switches will not be permitted. In all piping except gas piping, insulating fittings shall be provided to prevent contact of dissimilar metals wherever copper tubing or fittings, or stainless steel pipe, tubing, or fittings, are connected to iron or steel pipe or fittings. 3-4. INSULATION. 3-4.01, PREINSULATED PIPE. All exterior digester gas pipe shall be factory preinsulated black steel piping. All preinsulated pipe, fittings, and insulating material shall be provided by a single preinsulated piping system manufacturer. The insulation shall be rigid closed cell polyutethane with a thermal "K" factor of a least 0.14. The insulation shall be suitable for maximum temperature of 250°F Polyurethane foam insulation shall be injected with one shot into the annular space between the carrier pipe and the exterior HDPE jacket. Minimum thickness of insulation shall be at least one inch. Straight run joints shall be insulated as recommended by the piping system manufacturer. Fittings (City of Lubbock ) (Southeast Water Reclamation Plant) 7/21/97 (Digester Rehabilitation ) 15060 cjs (36466 ) -10- AR shall be factory fabricated and insulated to the thickness specified above and shall be installed as recommended by the manufacturer. All pressure and leakage testing shall be per -formed prior to insulating any joints or fitting connections. 3-5. PROTECTIVE COATING. Black steel pipe in buried locations shall have exterior surfaces protected with a shop -applied plastic coating. At the option of the Contractor, extra strong black steel pipe in buried locations shall have exterior surfaces protected by either a shop -applied plastic coating or a shop or field applied tape wrap. All fittings, couplings, specials, and other exterior surfaces of buried piping not protected with plastic coating shall be tape wrapped in the field. All surfaces to be tape wrapped shall be thoroughly cleaned and primed in accordance with the tape manufacturer's recommendations immediately before wrapping. Tape wrapping shall be two-ply (half -lap) application or as required to provide a total installed tape thickness of not less than 60 mils. Joints in plastic -coated pipe shall be cleaned, primed, and tape wrapped after installation. Joints in galvanized steel piping in underground locations shall be field painted with two coats of coal tar coating. 3-5.01. Inspection. All shop -applied plastic coatings and tape wrap on pipe or fittings shall be inspected for holidays and other defects after receipt of the pipe or fitting on the job and immediately before installation. All field -applied tape wrap on pipe, pipe joints, fittings, and valves shall be inspected for holidays and other defects following completion of wrapping. Inspection of plastic coatings after installation of the pipe or fitting in the trench shall be made where, in the opinion of the Engineer, the coating may have been damaged during instal- lation. Holidays and defects disclosed by inspection shall be repaired in accordance with the recommendations of the coating or tape wrap manufacturer, as applicable. Inspection shall be made using an electrical holiday detector. The detector and inspection procedures shall conform to the requirements of Section 4.4 of ANSI/AWWA C209. 3-5.02. Handling and Storage. Pipe and fittings shall be handled and stored in a manner which will ensure installation in sound, undamaged condition. Handling methods and equipment used shall prevent damage to the protective coating and shall include the use of end hooks, padded calipers, and nylon or similar fabric slings with spreader bars. Bare cables, chains, or metal bars shall (City of Lubbock ) (Southeast Water Reclamation Plant) 7/21/97 (Digester Rehabilitation ) 15060 cjs (36466 ) -11- AR not be used. Coated pipe shall be stored off the ground on wide padded skids. Whenever the storage period on the job exceeds 30 days, plastic -coated pipe shall be covered or otherwise protected from exposure to sunlight. 3-6. CLEANING. The inside of all pipe, valves, and fittings shall be smooth, clean, and free from blisters, loose mill scale, sand, dirt, and other foreign matter when installed. The interior of all lines shall be thoroughly cleaned, to the satisfaction of the Engineer, before being placed in service. 3-7. PRESSURE AND LEAKAGE TESTING. All specified tests shall be made by and at the expense of the Contractor in the presence, and to the satis- faction, of the Engineer. Each piping system shall be tested for at least one hour with no loss of pressure. Piping shall be tested at the following pressures: Service Test Pressure Water supply 100 psi Gas supply 1-1/2 times working pressure but not less than 60 psi Other piping 1-1/2 times working pressure but not less than 50 psi Test Medium water compressed air suitable fluid or gas Compressed air or pressure gas shall not be used to test plastic piping unless specifically recommended by the pipe manufacturer. Leakage may be determined by loss of pressure, soap solution, chemical indicator, or other positive and accurate method acceptable to the Engineer. All fixtures, devices, or other accessories which are to be connected to the lines and which would be damaged if subjected to the specified test pressure shall be disconnected and ends of the branch lines plugged or capped as required during the testing procedures. All necessary testing equipment and materials, including tools, appliances and devices, shall be furnished and all tests shall be made by and at the expense of the Contractor and at such time as directed by the Engineer. All joints in piping shall be tight and free from leaks. All joints which are found to leak, by observation or during any specified test, shall be repaired, and tests repeated. (City of Lubbock ) (Southeast Water Reclamation Plant) 7/21/97 (Digester Rehabilitation ) 15060 cjs (36466 ) -12- AR 3-8. PIPING SCHEDULE. Except as otherwise specified, pipe and tubing shall conform to the general requirements which follow. Pipe materials for service conditions not listed shall be as specified in other sections, as indicated on the drawings, or, in the absence of any definite requirement, as determined by the Engineer. Where optional pipe materials or fittings are specified for a particular service, either may be provided at the Contractor's option. For all services where ASTM A53 steel pipe is required, the use of ASTM A1O6 steel pipe of equivalent wall thickness will be acceptable. 3-8.02. Black Steel Pipe. a. ASTM A53 Extra Strong Type E with Buttwelding Fittings. All 2-1/2 inch (unless otherwise noted) and larger piping for the following services: Digester gas piping. All piping not otherwise specified. 3-8.03. Regular Weight Iron -Pipe -Size Brass Pipe. Gauge piping for the following services: Cold water piping. 3-8.04. Copper Tubing. 2 a. Soft Annealed with Flared Fittings. To be used for piping in contact with earth. Differential pressure lines from flowmeters to transmitters. All instrument piping not otherwise specified. b. Hard Drawn with Solder -Joint Fittings. To be used for 3 inch and smaller piping exposed above grade or inside structures or buildings, unless otherwise indicated. Service water supply piping. Sump discharge piping. (City of Lubbock ) (Southeast Water Reclamation Plant) 7/21/97 (Digester Rehabilitation ) 15060 cjs (36466 ) -13- AR Differential pressure lines from flowmeters to transmitters. 3-8.05. Stainless Steel Tubing with Compression Fittings. Digester gas instrument tubing. End of Section (City of Lubbock ) (Southeast Water Reclamation Plant) 7/21/97 (Digester Rehabilitation ) 15060 cjs (36466 ) -14- AR Section 15061 CAST IRON PIPE PART 1 - GENERAL 1-1. SCOPE. This section covers cast iron pipe. Cast iron pipe shall be furnished complete with all fittings, jointing materials, pipe hangers and supports, and other necessary appurtenances. All sludge piping shall be cast iron. Piping furnished hereunder shall be complete with all joint gaskets, bolts, and nuts required for installation of valves and equipment furnished by others for installation under this contract. Pipe hangers and supports are covered in the pipe supports section. Pipe trenching, bedding, and backfill are covered in the earthwork section. 1-2. SUBMITTALS. Complete layout drawings, details, and specifications covering all cast iron piping and accessories shall be submitted in accordance with the submittals section. Submittal data shall clearly indicate the country of origin of pipe, fittings, restraining devices, and accessories. When requested by the Engineer, certified copies of physical and chemical test results shall be submitted for the materials to be provided. 1-3. HANDLING. Pipe, fittings, and accessories shall be handled in a manner that will ensure installation in sound, undamaged condition. Equipment, tools, and methods used in handling and installing pipe and fittings shall not damage the pipe and fittings. Hooks inserted in ends of pipe shall have broad, well -padded contact surfaces. Pipe and fittings in which the lining has been damaged shall be replaced. With the concurrence of the Engineer, small and readily accessible damaged areas may be repaired. All pipe coating which has been damaged shall be repaired by the Contractor before the pipe is installed. (City of Lubbock ) (Southeast Water Reclamation Plant) 07/21/97 (Digester Rehabilitation ) 15061 cjs (36466 ) -1- AR PART 2- PRODUCTS 2-1. DIMENSIONS. The thickness class for cast iron pipe shall be as specified in the materials section of this specification section. The specified thickness class includes corrosion allowance and foundry tolerance. TABLE 1 ANSI/AWWA Location Nominal Size Thickness Class inches All All 50 Note: The specified thickness class includes corrosion allowance and foundry tolerance. Pipe wall thickness for grooved and threaded pipe shall be increased if necessary to comply with the following minimum thicnesses: Minimum Thickness Class Pipe Size Threaded Ends Grooved Ends inches (1) (2) 4-16 53 53 18 53 54 20 53 55 24 and larger 53 56 (1) Complies with ANSI/AWWA C115/A21.15 for minimum pipe wall thickness for threaded flanges. (2) Grooved couplings are cataloged through 24 inch; larger sizes require cast -on or threaded -on shoulders. 2-2. MATERIALS. Pipe (City of Lubbock ) (Southeast Water Reclamation Plant) (Digester Rehabilitation ) (36466 ) Ductile iron, ANSI/AWWA C151/A21.51; thickness class as listed in Table 1. 07/21 /97 15061 cjs -2- AR Fittings ANSI/AWWA C110/A21.10, 250 psi pressure rating, except shorter laying lengths will be acceptable. Push -on Joints ANSI/AWWA C111/A21.11, except gaskets shall be neoprene or other synthetic rubber. Natural rubber will not be acceptable. Restrained Push -on Joints American "Flex -Ring", "Lok-Fast", or "Lok-Ring"; Clow "Super -Lock"; U.S. Pipe "TR Flex"; or Griffin "Snap-Lok". Setscrew bearings on the pipe wall will not be acceptable. Flanged Joints ANSI/AWWA C115/A21.15. Flanges Ductile Iron, ANSI/AWWA C115/A21.15, flat faced. Bolts ASTM A307, chamfered or rounded ends projecting 1/4 to 1/2 inch beyond outer face of nut. Nuts ASTM A307, hexagonal, ANSI/ASME B18.2.2, heavy semifinished pattern. Gaskets ASTM D1330, teflon full face type, 1/8 inch thick. Mechanical Joints ANSI/AWWA C111/A21.11, except gaskets shall be teflon. Natural rubber will not be acceptable. Wall Castings Mechanical joint with water stop and tapped holes; single casting or fabricated ductile iron. All holes shall be sized in accordance with Details on the drawings and shall be provided with removable plugs. Mechanical Joints with Tie Rods (City of Lubbock ) (Southeast Water Reclamation Plant) (Digester Rehabilitation ) (36466 ) See details on drawings. 07/21/97 15061 cjs -3- AR Tie Rods ASTM A307. Steel Pipe ASTM A53, standard weight. Washers ANSI B18.22.1, plain steel. Threaded Connections ANSI/ASME 131.20.1, NPT; provide boss or tapping saddle wherever wall thickness minus the foundry tolerance at the tapped connection is less than that required for 4-thread engagement as set forth in Table A.1, Appendix A, of ANSI/AWWA C151/A21.51. Flanged Coupling Adapter Smith -Blair "Type 912" or Romac "Style FCA501 ", with anchor studs, 12 inches and smaller. Tapping Saddles Ductile iron, with steel straps and teflon sealing gasket, 250 psi pressure rating. Shop Coating and Lining Cement Mortar Lining ANSI/AWWA C104/A21.4 Shop Primer Ameron "Amercoat 3153A Universal Primer", Cook "391-N-167 Barrier Primer", Kop-Coat "340 Gold Primer", or Tnemec "37-77 Chem -Prime". Rust -Preventive Houghton 'Rust Veto 344". Compound Polyethylene Tube Seamless, ANSI/AWWA C105/A21.5. 2-3. SHOP COATING AND LINING. The interior of all pipe and fittings shall be cement mortar lined. The exterior surfaces of all pipe and fittings which will be exposed in interior locations shall be shop primed. Flange faces shall be coated with rust - preventive compound. Exterior surfaces of all other pipe and fittings shall be asphaltic coated. (City of Lubbock ) (Southeast Water Reclamation Plant) 07/21/97 (Digester Rehabilitation ) 15061 cjs (36466 ) -4- AR 10' PART 3 - EXECUTION 3-1. INSPECTION. Pipe and fittings shall be carefully examined for cracks and other defects immediately before installation; spigot ends shall be examined with particular care. All defective pipe and fittings shall be removed from the site of the work. 3-2. CLEANING. The interior of all pipe and fittings shall be thoroughly cleaned of all foreign matter prior to installation and shall be kept clean until the work has been accepted. Before jointing, all joint contact surfaces shall be wire brushed if necessary, wiped clean, and kept clean until jointing is completed. Precautions shall be taken to prevent foreign material from entering the pipe during installation. Debris, tools, clothing, or other materials shall not be placed in or allowed to enter the pipe. 3-3. CUTTING PIPE. Cutting shall be done in a neat manner, without damage to the pipe or the lining. Cuts shall be smooth, straight, and at right angles to the pipe axis. After cutting, the end of the pipe shall be dressed with a file or power grinder to remove all roughness and sharp edges. The cut ends of push -on joint pipe shall be suitably beveled. Ends of ductile iron pipe shall be cut with a portable guillotine saw, abrasive wheel, saw, milling cutter, or oxyacetylene torch. The use of hydraulic squeeze type cutters will not be permitted. Field -cut holes for saddles shall be cut with mechanical cutters; oxyacetylene cutting will not be permitted. 3-4. ALIGNMENT. Piping shall be laid to the lines and grades indicated on the drawings. Pipelines or runs intended to be straight shall be laid straight. Deflection from a straight line or grade shall not exceed the values stipulated in Table 4 or Table 5 of AWWA C600, unless specially designed bells and spigots are provided. Either shorter pipe sections or fittings shall be installed where required to conform to the alignment or grade indicated on the drawings. 3-5. LAYING PIPE. Pipe shall be protected from lateral displacement by placing the specified pipe embedment material. Under no circumstances shall pipe be laid in water, and no pipe shall be laid under unsuitable weather or trench conditions. Whenever pipe laying is stopped, the open end of the pipe shall be sealed with a watertight plug which will prevent trench water from entering the pipe. (City of Lubbock ) (Southeast Water Reclamation Plant) 07/21/97 (Digester Rehabilitation ) 15061 cjs (36466 ) -5- AR Pipe shall be laid with the bell ends facing the direction of laying, except when reverse laying is specifically authorized by the Engineer. 3-6. FIELD JOINTS. Joints in buried locations shall be mechanical or push -on type unless otherwise indicated on the drawings. Bells on walls castings and wall sleeves shall be mechanical joint type, with tapped holes for tie rods or stud bolts. All other joints shall be flanged unless otherwise indicated on the drawings. 3-7. MECHANICAL JOINTS. Mechanical joints shall be carefully assembled in accordance with the manufacturer's recommendations. If effective sealing is not obtained, the joint shall be disassemmea, thoroughly cleaned, and reassembled. Bolts shall be uniformly tightened to the torque values listed in Appendix A of ANSI/AWWA C111/A21.11. Overtightening of bolts to compensate for poor installation practice will not be permitted. The holes in mechanical joints with tie rods shall be carefully aligned to permit installation of the tie rods. In flange and mechanical joint pieces, holes in the mechanical joint bells and the flanges shall straddle the top (or side for vertical piping) center line. The top (or side) center line shall be marked on each flange and mechanical joint piece at the foundry. 3-8. PUSH -ON JOINTS. The pipe manufacturer's instructions and recommendations for proper jointing procedures shall be followed. All joint surfaces shall be lubricated with heavy vegetable soap solution immediately before the joint is completed. Lubricant shall be suitable for use in potable water, shall be stored in closed containers, and shall be kept clean. Each spigot end shall be suitably beveled to facilitate assembly. 3-9. FLANGED JOINTS. Pipe shall extend completely through screwed -on flanges. The pipe end and flange face shall be finish machined in a single operation. Flange faces shall be flat and perpendicular to the pipe center line. When bolting flanged joints, care shall be taken to avoid restraint on the opposite end of the pipe or fitting, which would prevent uniform gasket compression or which would cause unnecessary stress in the flanges. One flange shall be free to move in any direction while the flange bolts are being tightened. Bolts shall be tightened gradually and at a uniform rate, to ensure uniform compression of the gasket. Special care shall be taken when connecting to pumping equipment to ensure that pipe stresses are not transmitted to the pump flanges. All such piping shall be permanently supported so that accurate matching of bolt holes and uniform contact over the entire surface of abutting pump and piping flanges are (City of Lubbock ) (Southeast Water Reclamation Plant) 07/21/97 (Digester Rehabilitation ) 15061 cjs (36466 ) -6- AR j obtained before installation of any bolts in those flanges. In addition, pump ' connection piping shall be free to move parallel to its longitudinal center line r while the flange bolts are being tightened. C Each pump shall be leveled, aligned, and wedged into position to fit the connecting piping, but shall not be grouted until the initial fitting and alignment of the pipe so that the pump may be shifted on its foundation as necessary. Each pump shall be grouted before final bolting of the connecting piping. Insulating flanged joints shall be installed in the following locations; on both sides of all wall pipes; where connecting to dissimilar materials or when connecting buried piping to above grade piping. In addition to one full-faced C insulating gasket, the flange insulating assembly for each insulating flanged joint shall consist of one full-length sleeve, one insulating washer, and two I backing washers for each flange bolt. The insulating gasket ID shall be 1/8 inch less than the ID of the flange in which it is installed. The insulating flanged joint accessories shall be installed in accordance with the instructions and recommendations of the manufacturer. 3-10. FLANGED COUPLING ADAPTERS. Flanged coupling adapters shall be installed in strict accordance with the coupling manufacturer's recom- mendations. After the pipe is in place and bolted tight, the proper location of holes for the anchor studs shall be determined and the pipe field drilled. Holes for anchor studs shall be drilled completely through the pipe wall. Hole diameter shall be not more than 1/8 inch larger than the diameter of the stud projection. The inner surfaces of the coupling shall be prepared for painting in accordance with instructions of the paint manufacturer and shall then be coated with liquid epoxy in accordance with ANSI/AWWA C210. The remaining surfaces, except flange mating surfaces, shall be cleaned and shop primed with the manufacturer's standard rust -inhibitive primer. 3-11. POLYETHYLENE TUBE PROTECTION. All buried ductile iron pipe shall be provided with polyethylene tube protection installed in accordance with ANSI/AWWA C105, Method A. 3-12. WALL CASTINGS. Unless otherwise indicated on the drawings, wall castings shall be provided where cast iron pipes pass through concrete walls. Where a flange and mechanical joint piece is to connect to a mechanical joint wall casting, the bolt holes in the bell of the wall casting shall straddle the top (or side for vertical piping) center line of the casting and shall align with the bolt (City of Lubbock ) (Southeast Water Reclamation Plant) 07/21/97 (Digester Rehabilitation ) 15061 cjs (36466 ) -7- AR holes in the flange and mechanical joint piece. The top center line shall be marked on the wall casting at the foundry. 3-13. REDUCERS. Where indicated on the drawings, reducers shall be eccentric pattern, installed with the straight side on top so that air traps are not formed. All other reducers shall be concentric pattern. 3-14. OUTLETS. Where a 12 inch or smaller branch outlet is indicated and the diameter of the line pipe is at least twice the diameter of the branch, either a tee, factory welded -on boss, or a tapping saddle will be acceptable. Gauge connections in cast iron piping snail contorm to the pressure gauges section. 3-15. CONNECTIONS WITH EXISTING PIPING. Connections between new work and existing piping shall be made using fittings suitable for the conditions encountered. Each connection with an existing pipe shall be made at a time and under conditions which will least interfere with service to customers, and as authorized by the Owner. Facilities shall be provided for proper dewatering and for disposal of all water removed from the dewatered lines and excavations without damage to adjacent property. 3-16. REACTION ANCHORAGE. As indicated on the drawings. 3-17. LEAKAGE. All joints shall be watertight and free from leaks. Each leak which is discovered within the correction period stipulated in the General Provisions shall be repaired by and at the expense of the Contractor. 3-18. PRESSURE TEST. The following lines shall be subject to a hydro -static pressure test. The test pressure shall be maintained for at least 30 minutes while the line is inspected. Sludge Piping Line Test Pressure psi 75 The Contractor shall provide all necessary pumping equipment, piping connections between the piping and the nearest available source of test water, pressure gauges, and other equipment, materials, and facilities necessary for the tests. (City of Lubbock ) (Southeast Water Reclamation Plant) (Digester Rehabilitation ) (36466 ) 07/21 /97 15061 cjs -8- AR All pipe, fittings, valves, pipe joints, and other materials which are found to be defective shall be removed and replaced with new and acceptable material, and the affected portion of the piping retested by and at the expense of the Contractor. End of Section (City of Lubbock ) (Southeast Water Reclamation Plant) 07/21/97 (Digester Rehabilitation ) 15061 cjs (36466 ) -9- AR Section 15100 MISCELLANEOUS VALVES PART 1 - GENERAL 1-1. SCOPE. This section covers all valves, except where specific requirements are stipulated in other sections. 1-2. GENERAL. 1-2.01. General Equipment Stipulation. The General Equipment Stipulation shall apply to all equipment furnished under this section. 1-3. SUBMITTALS. Complete specifications, data, and catalog cuts or drawings covering the items furnished under this section shall be submitted in accordance with the submittals section. Drawings and data submitted shall include complete connection and schematic wiring diagrams for electric actuators and controls. PART 2 - PRODUCTS 2-1. VALVE CONSTRUCTION. 2-1.01. Length Tolerance. Unless otherwise specified, the actual length of valves shall be within 1/16 inch (plus or minus) of the specified or theoretical length. 2-1.02. Ends. Unless otherwise indicated on the drawings or specified, all 3 inch or larger buried valves shall have push -on or mechanical joint ends; all other 2-1/2 inch or larger valves shall have flanged ends; and all 2 inch or smaller valves shall have threaded, solder, or welding ends, as required by the piping system in which the valve is to be installed. Unless otherwise indicated on the drawings, flange diameter and drilling shall conform to ANSI/ASME B16.1, Class 125, or ANSI/ASME B16.5, Class 150. Push -on and mechanical joints shall conform to ANSI/AWWA C111/A21.11. Wafer style valves shall be designed for installation between ANSI Class 125 flanges. 2-1.03. Unions. A union or flanged connection shall be provided within 2 feet of each threaded end valve unless the valve can be easily removed from the piping. (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/97 (Digester Rehabilitation ) 15100 cjs (36466 ) -11- AR 2-1.04. Shop Painting. All ferrous metal surfaces of valves and accessories, both interior and exterior, shall be shop painted for corrosion protection. The valve manufacturer's standard paint will be acceptable provided it is functionally equivalent to the specified paint and is compatible with the field painting specified in the painting section. a. Materials. Asphalt Varnish Medium Consistency Coal Tar Epoxy For Liquid Service Fed Spec TT-C-494. Carboline Kop-Coat "Bitumastic Super Service Black", Tnemec "46- -464 H.B. Tenecol Heavy -Duty Black", or . Ameron "Amerlock 400 High -Solids Coating", Carboline "Kop-Coat Super Hi -Gard 891 ", or Tnemec "Series 140 Pota-Pox Plus". For Gas Service Ameron "Amercoat 385 Epoxy", Carboline "890", Tnemec "Series 69 Hi -Build Epoxyline II", or Wisconsin Protective Coating "Plasite 7122". Rust -Inhibitive Primer Rust -Preventive Compound b. Surfaces To Be Painted. Unfinished Surfaces Interior Surfaces For Liquid Service (City of Lubbock ) (Southeast Water Reclamation Plant) (Digester Rehabilitation ) (36466 ) Universal type; Ameron "Amercoat 180 Synthetic Resin Coating"or Carboline "Kop-Coat 340 Gold Primer". Houghton "Rust Veto 344". Asphalt varnish (two coats) or epoxy. 10/29/97 15100 cjs -2- AR For Gas Service Exterior Surfaces of All Other Valves Polished or Machined Surfaces Actuators and Accessories Epoxy. Rust -inhibitive primer. Rust -preventive compound. Rust -inhibitive primer. 2-2. NUMBER PLATES. A number plate shall be provided for each valve covered by this section which has been assigned a number on the drawings. Each number plate shall be installed on or adjacent to the applicable valve. Number plates shall be aluminum with engraved letters at least 3/4 inch in height. Letters shall be painted black after fabrication. Number plates shall be attached to valves in a manner acceptable to the Engineer. 2-3. MANUAL ACTUATORS. All valves, except those which are equipped with power actuators or are designed for automatic operation, shall be provided with manual actuators. Unless otherwise specified or indicated on the drawings, each manual actuator shall be equipped with an operating handwheel. 2-3.01. Chainwheels. Unless specifically required to be equipped with other types of actuators, all valves with center lines more than 7'-6" above the floor shall be provided with chainwheels and operating chains. Each chainwheel operated valve shall be equipped with a chain guide which will permit rapid handling of the operating chain without "gagging" of the wheel and will also permit reasonable side pull of the chain. Suitable actuator extensions shall be provided, if necessary to prevent interference of chain and adjacent piping or equipment. Operating chains shall be hot -dip galvanized carbon steel and shall be looped to extend to within 4 feet of the floor below the valve. 2-3.02. Wrench Nuts. Wrench nuts shall be provided on all buried valves, on all valves which are to be operated through floor boxes, and where indicated on the drawings. Unless otherwise directed by the Owner, all wrench nuts shall comply with Section 3.16 of AWWA C500. At least two operating keys shall be furnished for operation of the wrench nut operated valves. 2-3.03. Rotation. Unless otherwise required by the Owner, the direction of rotation of the wheel, wrench nut, or lever to open the valve shall be to the left (counterclockwise). Each valve body or actuator shall have cast thereon the word "Open" and an arrow indicating the direction to open. (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/97 (Digester Rehabilitation ) 15100 cjs (36466 ) -3- AR 2-4. CHECK VALVES. Check valves for 6 inch and larger wastewater pump discharge or sludge piping shall be of the unobstructed waterway, quick closing, spring -loaded, horizontal swing type with iron body, flanged ends, and bronze trim. Hinge pins shall be stainless steel, with both ends extending through bronze -bushed bearings and outside stuffing boxes with grease lubricated packing or O-ring seals. Flanges shall be flat faced, with ANSI/ASME B16.1, Class 125 diameter and drilling. Equal end size check valves shall be American Flow Control "52SC", M&H "Style 259-02", or Mueller "A2600-6-02". Check valves 2 inches and smaller in water, sludge, or other liquid piping shall be Class 125 or higher, all bronze, Y-pattern, regrinding, horizontal swing type. Threaded end valves shall be Stockham "B-321" or Walworth "Fig 3406". Soldered end valves shall be Nibco "S-413-13" or Walworth "Fig 3046SX. 2-5. BALL VALVES. Unless otherwise indicated or specified, all 2-1/2 inch and smaller shutoff valves shall be ball valves. Two inch and smaller ball valves for water service shall be of bronze or brass construction with two-piece end entry body, bronze or brass ball, teflon or Viton stem seal, reinforced teflon seats and thrust washer, a removable operating lever, and threaded ends. Each ball valve in gauge isolation service shall be furnished with a round handle. Valves shall be rated not less than 500 psi nonshock cold WOG and shall be driptight in both directions. Valves shall be Conbraco Industries "Apollo 70-100 Series", Powell "Fig 4210T", or Stockham "S-216". 2-6. THROTTLING VALVES. 2-6.01 Angle Valves. Angle valves shall be furnished where indicated or specified and may also be used as throttling valves for air or water service. Two inch and smaller angle valves for air service shall be Class 150 valves with bronze body and seat, composition disc suitable for air service at 3000 F, teflon disc, union bonnet, rising stem, teflon impregnated packing, and threaded ends. Valves shall be Milwaukee "595", Stockham "13-222", or Walworth "Fig 3096". 2-7. ELECTRIC VALVES. Valves which are specified or indicated on the drawings to be electrically operated shall be of the following types: Valve -Size Type inches 1 or smaller Solenoid (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/97 (Digester Rehabilitation ) 15100 cjs (36466 ) -4- AR 2-7.01. Solenoid Valve. Solenoid valves shall have stainless steel bodies and bonnets and packless construction without packing box of sliding seal. Solenoid valves shall be equivalent to the following types listed in ASCO Catalog 31: Size Operation Catalog No. inch 1 /2 Normally Closed DF8211 C87 Solenoid coils for ac service shall be 115 volts ac, 60 Hz, encapsulated, Class F, for continuous duty at rated voltage plus or minus 10 percent and 40T ambient, in a NEMA Type 4 enclosure with a conduit knockout. 2-8. PRESSURE REDUCING VALVES. Each pressure reducing valve shall be designed to provide tight shutoff under conditions of no flow and shall not "hunt" under ordinary flow conditions. Pressure reducing valves shall be selected and sized as recommended by the valve manufacturer. 2-8.01. Water Service. Pressure reducing valves for water service shall be installed in the following locations: Valve W-1602 - Digester Control Building Pressure reducing valves for water service shall be suitable for operation under the following conditions: Maximum inlet pressure, psig Minimum inlet pressure, psig Reduced pressure setting, psig Maximum flow, gpm Ordinary flow, gpm Minimum permissible pressure at maximum flow, psig (City of Lubbock ) (Southeast Water Reclamation Plant) (Digester Rehabilitation ) (36466 ) W-1602 90 70 35 2 2 35 10/29/97 15100 cjs -5- AR Valves shall be direct -acting, globe type with threaded connections. The valves shall be adjustable and shall provide at least a 50 psi differential between the inlet and outlet pressures. Direct -acting pressure reducing valves shall be Cash -Acme "E-Series", Fisher "Type 75A", or Watts. A strainer shall be installed in the piping immediately upstream from each 2 inch or smaller pressure reducing valve. Strainers shall be Y-pattern units with bronze, brass, or cast iron body and monel or stainless steel screens. Strainers shall be Cash -Acme "SY", Hoffman Specialty "Model 420", Metraflex "Style S", or Wright-Ausitn "Y". Strainers installed in copper piping shall be of bronze or brass. The blowoff from each strainer shall be equipped with a shutoff valve. PART 3 - EXECUTION 3-1. INSTALLATION. Each unit shall be level, plumbed, and aligned. Installation procedures shall be as recommended by the equipment manufacturer and as specified herein. 3-1.01. Valve Boxes. Valves and valve boxes shall be plumb. Each valve box shall be placed directly over the valve it serves, with the top of the box brought flush with the finished grade. After each valve box is placed in proper position, earthfiil shall be placed and thoroughly tamped around the box. End of Section (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/97 (Digester Rehabilitation ) 15100 cjs (36466 ) -6- AR Section 15102 ECCENTRIC PLUG VALVES PART 1 - GENERAL 1-1. SCOPE. This section covers all eccentric plug valves. Plug valves shall be furnished complete with actuators and accessories as specified herein. 1-2. GENERAL. 1-2.01. General Equipment Stipulations. The General Equipment Stipulations shall apply to the equipment furnished under this section. 1-2.02. Governing Standard. Except as modified or supplemented herein, all powered actuators shall conform to applicable requirements of ANSI/AWWA C540. 1-2.03. Power Supply. Power supply to electric actuators will be 480 volts, 60 Hz, three phase. 1-2.04. Marking. Each valve shall be marked with the manufacturer's name, valve size and pressure rating, and the country of origin of the body casting. All markings shall be cast on the exterior surface of the valve body. An identifying serial number shall be stamped on a corrosion -resistant plate attached to the valve body. 1-2.05. Temporary Number Plates. Each eccentric plug valve shall be factory tagged or marked to identify the valve by number as indicated in the Plug Valve Schedule. 1-2.06. Permanent Number Plates. Each plug valve, except buried or submerged valves, shall be provided with a permanent number plate. Numerals shall be at least 1 inch high and shall be black baked enamel on anodized aluminum plate. The location of number plates and the method of fastening shall be acceptable to the Engineer. 1-3. SUBMITTALS. Complete drawings, details, and specifications covering the valves and their appurtenances shall be submitted in accordance with the submittals section. Submittal drawings shall clearly indicate the country of origin of all cast gray iron and ductile iron valve components. (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/98 (Digester Rehabilitation ) 15102 cis (36466 ) -1- AR The drawings shall include separate wiring diagrams for each electrically operated or controlled valve and the electrical control equipment. Each drawing shall be identified with the valve number or name specified in this section. Certified copies of reports covering proof -of -design testing of valves, as set forth in Section 5.2 of ANSI/AWWA C504, and proof -of -design testing of the actuators, as set forth in Section 6 of ANSI/AWWA C540, together with an affidavit of compliance, as indicated in Section 1.7 of ANSI/AWWA C504 and Section 1.7 of ANSI/AWWA C540, shall be submitted to the Engineer before the valves are shipped. PART 2 - PRODUCTS 2-1. ACCEPTABLE PRODUCTS. Eccentric plug valves furnished under this section shall be manufactured by DeZurik or Milliken without exception. 2-2. MATERIALS. Materials used in the manufacture of eccentric plug valves shall be as follows: Body Cast iron, ASTM A126, Class B; or ductile iron, ASTM A536, Grade 65-45-12. Plug Cast iron, ASTM A126, Class B. Plug Facing Neoprene or Buna-N, 70 Type A durometer hardness in accordance with ASTM D2240. Body Seat Upper and Lower Trunnion Bearings Upper Bearing Stem Seal Shop Coatings Asphalt Varnish (City of Lubbock ) (Southeast Water Reclamation Plant) (Digester Rehabilitation ) (36466 ) Welded nickel overlay. Sleeve type; stainless steel or teflon fabric with stainless steel backing. TFE or Delrin. V-type packing or U-cups, Buna-N or TFE. Fed Spec TT-C-494. 10/29/98 15102 cjs -2- AR Medium Consistency Carboline "Kop-Coat Bitumastic Coal Tar Super Service Black" or Tnemec "46-465 H. B. Tnemecol". Epoxy For Gas Service Ameron "Amercoat 385 Epoxy", Carboline "890", Tnemec "Series 69 Hi -Build Epoxoline II", or Wisconsin Protective Coating "Plasite 7122L". For Liquid Service Rust -Inhibitive Primer Rust -Preventive Compound 2-3. VALVE CONSTRUCTION. Ameron "Amercoat 385 Epoxy", Carboline "890", or Tnemec "Series 69 Hi -Build Epoxoline II". Universal type; Ameron "Amercoat 180 Synthetic Resin Coating " or Carboline "Kop-Coat 340 Gold Primer". Houghton "Rust Veto 344". 2-3.01. Valve Body. The valve port area of each valve shall be at least 80 percent of the cross section of the connecting piping. Valves shall provide tight shutoff at the rated pressure from either direction. An adjustable closed position plug stop shall be provided. Each valve body shall be plainly marked to indicate the seat end. Actual length of 10 inch and smaller valves shall be within plus or minus 1/16 inch of the theoretical length. Valve ends shall be compatible with connecting piping. Unless otherwise specified or indicated on the drawings, all valves shall have flanged or grooved ends. Flange diameter and drilling shall conform to ANSI B16.1, Class 125. Flanges shall be flat faced and finished to true plane surfaces within a tolerance limit of 0.005 inch. The finished face shall be normal to the longitudinal valve axis within a maximum angular variation tolerance of 0.002 inch per foot of flange diameter. Mechanical joint ends shall conform to ANSI/AWWA C111/A21.11. Valve bodies shall be rated for a working pressure of at least 175 psi. (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/98 (Digester Rehabilitation ) 15102 cjs (36466 ) -3. AR 2-3.02. Plug. The plug shall be of one-piece construction and shall have a cylindrical or spherical seating surface eccentrically offset from the center of the plug shaft. The interference between the plug face and the body seat, with the plug in the closed position, shall be externally adjustable in the field with the valve in the line under pressure. Plug surfaces shall be faced with a resilient material as specified. 2-3.03. Seats. Seats shall be cast in the body and shall have raised, welded -in nickel overlay not less than 0.050 inch thick on all surfaces in contact with the plug face. The overlay shall be at least 90 percent nickel and have a Brinell hardness -of 200 or greater. 2-3.04. Stem Seals. The valve shaft shall be sealed by U-cups or by at least four self-adjusting chevron type packing rings. 2-4. VALVE ACTUATORS. Each valve actuator shall be designed to open or close the valve under all operating conditions. Actuators shall be designed for the maximum pressure differential across the valve as set forth in the Plug Valve Schedule. Actuator mounting arrangements and handwheel or chainwheel positions shall be as indicated on the drawings or as directed by the Engineer. Each limit switch shall be heavy-duty type, with an explosionproof enclosure, a spring -return roller lever, and four isolated contacts (two normally open and two normally closed) rated 10 amperes at 120 to 480 volts ac and 5 amperes at 125 volts dc. The switches shall be Allen Bradley "802T" or Square D "9007 Type C". 2-4.01. Manual Actuators. All valves, except those which are equipped with electric actuators, shall be provided with manual actuators. Unless otherwise indicated or specified, each geared manual actuator shall be equipped with an operating handwheel. Unless otherwise required by the Owner, the direction of rotation of the wheel, wrench nut, or lever to open the valve shall be to the left (counterclockwise). Each valve body or actuator shall have cast thereon the word "Open" and an arrow indicating the direction to open. Totally enclosed geared actuators shall be provided on all 8 inch and larger valves, on all 6 inch and larger valves where the unseating pressure exceeds 25 psi orr all 4 inch and larger buried valves, on all gas service valves, and on all valves designated to be chainwheel operated unless chain levers are indicated on the drawings. Unless otherwise indicated on the drawings or specified herein, all other 6 inch and smaller valves shall be lever operated. (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/98 (Digester Rehabilitation ) 15102 cjs (36466 ) -4- AR Manual actuators shall produce the required torque with a maximum pull of 80 pounds] on the lever or handwheel. Actuator components shall withstand, without damage, a pull of 200 pounds on the handwheel or chainwheel or an input of 300 foot-pounds on the operating nut. Unless otherwise specified, actuators for valves to be buried, submerged, or installed in vaults or manholes shall be sealed to prevent the entrance of water when submerged to a depth of 20 feet. 2-4.01.01. Handwheels. Handwheel diameters shall be at least 6 inches but not more than 24 inches. 2-4.01.02. Chainwheels. Unless specifically required to be equipped with other types of actuators, all valves with center lines more than 7'-6" above the floor shall be provided with chainwheels and operating chains. Each chainwheel operated valve shall be equipped with a chain guide which will permit rapid handling of the operating chain without "gagging" of the wheel and will also permit reasonable side pull on the chain. Suitable extensions shall be provided, if necessary, to prevent interference of the chain with adjacent piping or equipment. Operating chains shall be hot -dip galvanized carbon steel and shall be looped to extend to within 4 feet of the floor below the valve. 2-4.01.03. Lever Actuators. In any building or structure containing lever operated valves, at least two operating levers shall be provided for each size and type of lever operated valve. 2-4.01.04. Wrench Nuts. Wrench nuts shall be provided on all buried valves, on all valves that are to be operated through floor boxes, and where indicated on the drawings. Unless otherwise directed by the Owner, all wrench nuts shall comply with Section 3.16 of AWWA C500. At least two operating keys shall be furnished for operation of the wrench nut operated valves. 2-4.02. Electric Actuators. Electric actuators shall be multi -turn type and shall be EIM "Series M/MG", Limitorque "1120" with "T Series" worm gear actuator, or Rotork "A Range" with "Type IW" or "Type IWS" worm gear actuator, without exception. Each electric actuator shall be furnished complete with a motor, gearing, handwheel, limit and torque switches, lubricants, heating elements, wiring, and terminals. Each actuator shall be constructed as a self-contained unit with an explosionproof housing and shall be integrally assembled on the applicable valve by the valve manufacturer. (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/98 (Digester Rehabilitation ) 15102 cjs (36466 ) -5- AR Unless otherwise specified, actuators shall be designed to cycle the valve from the fully open to the fully closed position or the reverse in approximately 60 seconds. Actuator motors may be mounted horizontally adjacent or vertically above the reduction gearing. All gearing shall be either oil bath or grease lubricated. If grease lubrication is used, in no case shall motors be mounted vertically below the gearing. Actuators shall be suitable for Class 1, Division 1 location. 2-4.02.01. Motors. Motors shall be capable or operating the valve under full differential pressure for a complete open -close and reverse cycle of travel at least twice in immediate succession without overheating. Motors shall be designed in accordance with NEMA standards and shall operate successfully at any voltage within 10 percent above or below rated voltage, Motor bearings shall be permanently lubricated. Valves No. PV-1653, -1654, -1655, -1656 shall be provided with motor rated 460 volts, 60 Hz, 3 phase. 2-4.02.02. Power Gearing. Power gearing shall consist of hardened steel spur or helical gears and alloy bronze or hardened steel worm gear, all suitably lubricated, designed for 100 percent overload, and effectively sealed against entrance of foreign matter. Steel gears shall be hardened to at least 350 Brinell. Planetary or cycloidal gearing or aluminum, mild steel, or nonmetallic gears will not be acceptable. Gearing shall be designed to be self-locking so that actuation of a torque switch by a torque overload condition will not allow the actuator to restart until the torque overload has been eliminated. 2-4.02.03. Torque Switches. Torque and thrust loads in both closing and opening directions shall be limited by torque limit switches. Each torque switch shall be provided with a micrometer adjustment and reference setting indicator. The adjustment shall permit a variation of approximately 40 percent in torque setting. Switches shall have a rating of not less than 6 amperes at 120 volts ac and 0.5 ampere at 115 volts dc. 2-4.02.04. Limit Switches. Each electric actuator shall be designed to be readily field adaptable for four limit switch assemblies. Each switch assembly shall consist of at least three separate limit switches, shall be operated by the driving mechanism, and shall be independently adjustable to trip at any point at and between the fully open and fully closed valve positions. All switches shall (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/98 (Digester Rehabilitation ) 15102 cjs (36466 ) -6- AR have an inductive contact rating of not less than 6 amperes at 120 volts ac, 3 amperes at 240 volts ac, 1.5 amperes at 480 volts ac, and 0.5 ampere at 115 volts dc. Limit switches shall be furnished as indicated on the drawings. 2-4.02.05. Heating Elements. Space heating elements shall be provided to prevent condensation in the motor and limit switch housing. Heating elements shall be rated 120 volts ac. Heaters shall be continuously energized. 2-4.02.06. Terminal Facilities. Terminal facilities for connection to motor leads, switches, position transmitter, and heating elements shall be provided in readily accessible terminal compartments. Each terminal compartment shall have at least two openings for external electrical conduits, one sized at least 3/4 inch and the other at least 1-1/4 inches. Each terminal compartment shall be large enough to allow easy routing and termination of fifteen 12 AWG conductors. 2-4.02.07. Controller. Each valve shall be furnished with a reversing controller located either inside the actuator housing or mounted on the housing in a NEMA Type 7 explosionproof enclosure. The controller shall be equipped with: a. A motor overload protective device in each phase. b. A space heater element, rated 120 volts ac, sized to be continuously energized for prevention of condensation within the controller enclosure. c. A control power transformer with fused secondary, if power supply is greater than 120 volts ac, with volt-ampere capacity suitable for starter control plus continuous service to space heater elements in motor housing, limit switch compartment, and controller enclosure. d. A terminal block with connectors for all external controls. All leads from the actuator motor and limit switch assembly shall be routed to terminal connections in the controller for external connections to all other control devices. Reversing controllers shall be both mechanically and electrically interlocked and provided with the necessary direct -operated auxiliary contacts for required interlocking and control. "Open -Stop -Close" push buttons, a "Local -Remote" selector switch, and red and green indicating lights shall be furnished as a part of the enclosure. (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/98 (Digester Rehabilitation ) 15102 cjs (36466 ) -7- AR Valve controllers shall be expressly selected for long life and reliable, maintenance -free service under rugged service conditions. 2-5. EXTENSION STEMS. Extension stems and stem guides shall be furnished and installed where specified, indicated on the drawings, or otherwise required for proper valve operation. Extension stems shall be of solid steel and shall be not smaller in diameter than the stem of the valve actuator shaft. Extension stems shall be connected to the valve actuator with a single Lovejoy "Type D" universal joint with grease -filled protective boot. All stem connections shall be pinned. At least two stem guides shall be furnished with each valve. Stem guides shall be of cast iron, bronze bushed, and adjustable in two directions. Stem guide spacing shall not exceed 100 times the stem diameter or 10 feet, whichever is smaller. The top stem guide shall be designed to carry the weight of the exten- sion stem. The extension stem shall be provided with a collar pinned to the stem and bearing against the stem thrust guide. Extension stems shall be provided for buried valves where the valve actuator is 4 feet or deeper below finished grade. The extension stem shall extend to within 6 inches of the ground surface, shall be centered in the valve box using spacers, and shall be equipped with a wrench nut. 2-6. POSITION INDICATORS. Unless otherwise specified, each valve shall be provided with a position indicator to display the position of the plug relative to the body seat opening. For valves installed in interior locations, the indicating pointer shall be mounted on the outer end of the valve operating shaft extension and shall operate over an indicating scale on the operating mechanism cover. A suitable stuffing box or other seal shall be provided to prevent the entrance of water where the shaft passes through the cover. Position indicators will not be required for buried valves. 2-7. VALVE BOXES. Each valve buried to a depth of 4 feet or less shall be provided with a slide type valve box. Valve boxes shall be cast iron, extension sleeve type, suitable for the depth of cover indicated on the drawings. Only one extension will be allowed with each slide type valve box. Valve boxes shall be not less than 5 inches in inside diameter, shall be at least 3/16 inch thick at any point, and shall be provided with suitable cast iron bases and covers. (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/98 (Digester Rehabilitation ) 15102 cjs (36466 ) -8- AR Each valve buried deeper than 4 feet shall be provided with a valve box consisting of a cast iron cover and a 6 inch cast iron pipe section. The cover shall be a Clay & Bailey "No. 2193" or Tyler "Series 6890-A". The pipe shaft shall extend from the valve to 5 inches inside the valve box cover. All parts of valve boxes, bases, and covers shall be shop coated by dipping in asphalt varnish. Top sections and covers for valve boxes which are to be provided with position indicators shall be designed for proper installation of the position indicator and accessories. 2-8. SHOP PAINTING. All interior and exterior ferrous metal surfaces, except bearing and finished surfaces and stainless steel components of valves and accessories, shall be shop painted for corrosion protection. The valve manufacturer's standard coating will be acceptable, provided it is functionally equivalent to the specified coating and is compatible with the specified field painting. The following surfaces shall be painted: Unfinished Surfaces Interior Surfaces For Liquid Service For Gas Service Exterior Surfaces of Valves To Be Buried, Submerged, or Installed in Manholes or Valve Vaults Exterior Surfaces of All Other Valves Polished or Machined Surfaces Actuators and Accessories Epoxy. Epoxy. Medium consistency coal tar. Rust -inhibitive primer. Rust -preventive compound. Rust -inhibitive primer. The total dry film thickness of shop -applied coatings shall be not less than: (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/98 (Digester Rehabilitation ) 15102 cjs (36466 ) -9- AR Type of Coating Medium Consistency Coal Tar Epoxy Rust -Inhibitive Primer Minimum Dry Film Thickness 6 mils 10 mils 3 mils 2-9. TESTING. Except as modified herein, eccentric plug valves shall be tested in accordance with Section 5 of ANSI/AWWA titled "Rubber -Seated Butterfly Valves". Each valve shall be performance tested in accordance with Section 5.2 and shall be given a leakage test and a hydrostatic test as described in Sections 5.2.2 and 5.2.3. The leakage test shall be applied to the seating face of the plug (tending to unseat the plug) at the rated pressure of the valve. Each valve shall be leak tight in both directions when closed by the actuator with the maximum differential pressure applied to the plug as specified in the Plug Valve Schedule. PART 3 - EXECUTION 3-1. INSTALLATION. Unless otherwise acceptable to the Engineer, all eccentric plug valves shall be installed with the shaft horizontal and the plug in the upper half of the valve body. Valves in wastewater, sludge, or scum lines shall be installed with the seat on the upstream end. 3-1.01. Valve Boxes. Valves and valve boxes shall be set plumb. Each valve box shall be placed directly over the valve it serves, with the top of the box brought flush with the finished grade. After each valve box is placed in proper position, earthfill shall be placed and thoroughly tamped around each box. 3-2. PLUG VALVE SCHEDULE. Valve No. Size inches Service Type of Installation Type of Actuator Type of Ends PV-1650 6 Digester Exterior HW F thru -1652 Vent/Pressure and -1657 Relief PV-1653 6 Compressed Exterior E F thru -1656 Digester Gas PV-1658 8 Sludge Interior HW F and -1659 Recirculation (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/98 (Digester Rehabilitation ) 15102 cjs (36466 ) -10- AR Valve No. PV-1660 and -1663 CW = Chain Wheel HW = Hand Wheel WN = Wrenchnut E = Electric Actuator F = Flange Size Type of Type of Type of inches Service Installation Actuator Ends 10 Sludge Buried Supernatant End of Section WN MJ (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/98 (Digester Rehabilitation ) 15102 cjs (36466 ) -11- AR Section 15130 PRESSURE GAUGES PART 1 - GENERAL 1-1. SCOPE. This section covers analog dial -type pressure gauges and accessories to be furnished and installed at the locations indicated and in the Gauge Schedule at the end of this section. Gauges to be furnished by an equipment supplier, either with an item of equipment or as a component of an equipment package, are covered in the applicable equipment section. Gauge piping and fittings are covered in the miscellaneous piping section. 1-2. GENERAL. 1-2.01. General Equipment Stipulations. The General Equipment Stipulations shall apply to all equipment furnished under this section. 1-2.02. Governing Standard. Except as modified or supplemented herein, all gauges shall conform to the requirements of ANSI/ASME B40.1. 1-2.03. Accuracy Grade. Unless otherwise specified, gauge accuracy shall be ANSI Grade 2A or better. 1-3. SUBMITTALS. Complete drawings or catalog cuts, together with detailed specifications and data covering materials used, shall be submitted in accordance with the submittals section. PART 2 - PRODUCTS 2-1. GAUGE CONSTRUCTION. Unless otherwise specified, gauges shall be indicating dial type, with C-type phosphor bronze Bourdon tube; stainless steel rotary geared movement; phenolic or polypropylene solid front turret case; adjustable pointer; stainless steel, phenolic, or polypropylene ring; and acrylic plastic or shatterproof glass window. The dial shall be 4-1/2 inches in diameter, with white background and black markings. The units of measurement shall be indicated on the dial face. (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/98 (Digester Rehabilitation ) 15130 cjs (36466 ) -1- AR Subdivisions of the scale shall conform to the requirements of the governing standard. Pointer travel shall be not less than 200 degrees nor more than 270 degrees of arc. All stem -mounted gauges shall be provided with 1/2 inch NPT connections. The units of measurement, range, and mounting configuration of each gauge shall be as indicated in the Gauge Schedule. 2-2. GAUGE ACCESSORIES. 2-2.01. Isolation Valves. Each gauge shall be provided with a threaded end ball -type shutoff valve as specified in the miscellaneous valves section. 2-2.02. Snubbers Where indicated in the Gauge Schedule, pressure and compound pressure/vacuum gauges shall be provided with a pressure snubber. Each snubber shall be of external design, fabricated of stainless steel, and of a size and pressure range compatible with the gauge served. Pressure snubbers shall be Operating and Maintenance Specialties "Ray Snubbers", Ashcroft "Pulsation Dampers", Weksler "Piston Type Pressure Snubbers", or Trerice "Pulsation Dampeners". 2-2.03 Gauge Isolators. Where indicated in the Gauge Schedule, gauges shall be provided with a suitable gauge isolater. In -line, flow -through, type diaphragm seals shall be provided where indicated in the Gauge Schedule. Ends shall be flanged, threaded, or welding type as required to fit the piping system in which the unit is installed. Flanges shall be flat faced, with ANSI/ASME 1316.5, Class 150 diameter and drilling. Threaded ends shall conform to ANSI/ASME B1.20.1, NPT. Each diaphragm seal shall be provided with a removable stainless steel diaphragm and shall be tapped for a 1 /2 inch NPT gauge connection. In -line, flow -through, flange type gauge isolators shall be provided where indicated in the Gauge Schedule. Each unit shall consist of a carbon steel housing, carbon steel assembly flanges, and Buna-N flexible cylinder, and shall be filled with silicone oil. Each isolator shall be a Moyno "RKL Series W Pressure Sensor/Isolator", Ronningen-Petter "Iso-Ring", or Red Valve "Series 40 flanged Sensor", suitable for installation between two flat faced ANSI/ASME B16.1, Class 125 cast iron pipe flanges, and tapped for a 1 /2 inch NPT gauge connection. (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/98 (Digester Rehabilitation ) 15130 cjs (36466 ) -2- AR Each isolator and diaphragm seal and the gauge served shall be factory assembled, filled with a suitable fluid, and calibrated as a unit. PART 3 - EXECUTION 3-1. INSTALLATION. Gauges shall be installed at the locations indicated on the drawings. Installation configurations shall conform to the applicable figures at the end of this section. Unless otherwise specified herein, direct tapping of pipe walls for installation of gauge connections will not be permitted. All gauges, snubbers, and diaphragm seals shall be installed in the vertical upright position. Threaded connections shall be assembled using teflon thread tape or teflon thread sealer, as specified in the miscellaneous piping section. All connections shall be free from leaks. Lines shall be purged of trapped air at gauge locations prior to installation of the gauge or diaphragm seal. 3-2. GAUGE SCHEDULE Building I Designation I Service I Medium I Type Units I Range * Control P-111 Seal Non - Building I and- 1612 I Water I potable I Pressure I 1 I O- 60 Special requirements are as follows: *Units (1) ANSI Accuracy Grade 2A required. (2) AISI Type 316 stainless steel Bourdon tube and socket required. (3) Open front case with pressure relief required. (4) Snubber not required. End of Section Special Requirements 1,2,3,4 1. inches of H2O 2. psi (City of Lubbock ) (Southeast Water Reclamation Plant) 10/29/98 (Digester Rehabilitation ) 15130 cjs (36466 ) -3- AR Section 15140 PIPE SUPPORTS PART 1 - GENERAL 1-1. SCOPE. This section covers pipe hangers, brackets, and supports. Pipe supports shall be furnished complete with all necessary inserts, bolts, nuts, rods, washers, and other accessories. This section also covers the spacing of expansion joints in piping systems. Expansion joints are covered in other sections. 1-2. GENERAL. In certain locations, pipe supports, anchors, and expansion joints have been indicated on the drawings, but no attempt has been made to indicate every pipe support, anchor, and expansion joint. It shall be the Contractor's responsibility to provide a complete system of pipe supports, to provide expansion joints, and to anchor all piping, in accordance with the requirements set forth herein. Additional pipe supports may be required adjacent to expansion joints, couplings, or valves. Concrete and fabricated steel supports shall be as indicated on the drawings, as specified in other sections, or, in the absence of such requirements, as permitted by the Engineer. All piping shall be rigidly supported and anchored so that there is no movement or visible sagging between supports. Pipe supports and expansion joints are not required in buried piping, but concrete blocking or other suitable anchorage shall be provided as indicated on the drawings or specified in other sections. 1-3. SUBMITTALS. Complete data and catalog cuts or drawings covering fabricated pipe supports, fabricated inserts, and stainless steel, galvanized, and copper- and plastic -coated pipe supports shall be submitted in accordance with the submittals section. Data shall include a listing of the intended use and general location of each item submitted. (City of Lubbock ) (Southeast Water Reclamation Plant) 072198 (Digester No. 9 Rehabilitation ) 15140 bk (36466 ) -1- DAT PART 2 - PRODUCTS 2-1. MATERIALS. Unless otherwise specified, all pipe supports shall comply with ANSI/MSS SP-58 and MSS SP-69. Materials of construction for fabricated steel supports are covered in the structural and miscellaneous metals section. All pipe support materials shall be packaged as necessary to ensure delivery in satisfactory condition. Unless otherwise specified or indicated on the drawings, pipe supports shall be fabricated of manufacturer's standard materials and provided with manufacturer's standard finish. Design loads for inserts, brackets, clamps, and other support items shall not exceed the manufacturer's recommended loads. Pipe supports shall be manufactured for the sizes and types of pipe to which they are applied. Strap hangers will not be acceptable. Threaded rods shall have sufficient threading to permit the maximum adjustment available in the support item. Unless otherwise acceptable to the Engineer, the use of supports which rely on stressed thermoplastic components to support the pipe will not be acceptable. Contact between dissimilar metals, including contact between stainless steel and carbon steel, shall be prevented. Supports for brass or copper pipe or tubing shall be copper plated. Portions of pipe supports which come into contact with other metals that are dissimilar shall be rubber or vinyl coated. Pipe support types and application shall comply with the Supports Schedule in this section. PART 3 - EXECUTION 3-1. APPLICATION. Concrete inserts or L-shaped anchor bolts shall be used to support piping from new cast -in -place concrete. Expansion anchors shall be used to fasten supports to existing concrete and masonry. Anchorage shall be provided to resist thrust due to temperature changes, changes in diameter or direction, or dead -ending. Anchors shall be located as required to force expansion and contraction movement to occur at expansion joints, loops, or elbows, and as required to prevent excessive bending stresses and opening of mechanical couplings. Anchorage for temperature changes shall be centered between elbows and mechanical joints used as expansion (City of Lubbock ) (Southeast Water Reclamation Plant) 072198 (Digester No. 9 Rehabilitation ) 15140 bk (36466 ) -2- DAT joints. Anchorage for bellows type expansion joints may be located adjacent to the joint. Pipe guides shall be provided adjacent to bellows type expansion joints. Guides will not be required where mechanical couplings are permitted as expansion joints. Guides shall be placed on both sides of expansion joints, except where anchors are adjacent to the joint. Unless otherwise indicated on the drawings, one guide shall be within four pipe diameters from the joint and a second guide within 14 pipe diameters from the first guide. Pipe supports shall allow adequate movement; pipe guides shall not be used for support. Pipe guides shall be installed as recommended by the manufacturer. Insulated piping systems shall be supported by clevises, clamps, support saddles, or rollers. Pipe clamps shall be attached directly to the pipe. Support saddles and rollers shall be sized for the outside diameter of the insulated pipe, and an insulation protection saddle shall be installed at the support. 3-2. LOCATION. Unless closer spacing is indicated on the drawings, the maximum spacing for pipe supports and expansion joints shall be as indicated in the Location Schedule in this section. Rubber hose and flexible tubing shall be provided with continuous angle or channel support. Unless otherwise indicated on the drawings or acceptable to the Engineer, piping shall be supported approximately 1-1/2 inches out from the face of walls and at least 3 inches below ceilings. 3-3. SCHEDULES. 3-3.01. Supports Schedule. Description or Location Hangers 2-1/2 inch and smaller pipe J-style (City of Lubbock ) (Southeast Water Reclamation Plant) (Digester No. 9 Rehabilitation ) (36466 ) Type MSS SP-69 (Note 1) Other 5 B-Line "63690", Grinnell "67", or Unistrut "J Hangers". 072198 15140 bk -3- DAT Type MSS SP-69 Description or Location (Note 1) Other Clevis 1 B-Line "B3104" or Grinnell "65". 3 through 10 inch pipe Clevis 1 B-Line "B3100" or Grinnell "260" for steel pipe; B-Line "B3102" or Grinnell "590" for cast iron pipe. Wall Supports and Frames, steel, 12 inch and smaller pipe (Note 2) Brackets 32 B-Line "B3066" or Grinnell "195". 33 B-Line "B3067" or Grinnell "199". Prefabricated channels -- 12 ga galy, 1-5/8 by 1-5/8 inches with suitable brackets and pipe clamps. Offset pipe clamp, 1-1/2 inch -- Galy, 1-1/4 by and smaller pipe 3/16 inch steel, with 3/8 inch bolts. Offset pipe clamp, 2 to -- Galy, 1-1/4 by 1 /4 inch 3-1/2 inch pipe steel, with 3/8 inch bolts. Turnbuckles, steel 13 B-Line B3202" or Grinnell "230". Hanger Rods, carbon steel, -- B-Line "B3205" or threaded both ends, 3/8 inch Grinnell "140". minimum size Weldless Eye Nut, steel 17 B-Line "B3200" or Grinnell "290". (City of Lubbock ) (Southeast Water Reclamation Plant) 072198 (Digester No. 9 Rehabilitation ) 15140 bk (36466 ) -4- DAT Description or Location Insulation Protection Saddle Insulation Protection Shield Notes: Type MSS SP-69 (Note 1) Other 39 B-Line "B3160 Series" or Grinnell "160 Series". 40 B-Line "B3151 " or Grinnell "167". 1. MSS SP-69 supports and hangers are illustrated on Figure 2-15140. 2. Pipe clamps or other devices which rely on the application of a clamping force to the supported pipe in order to maintain the clamp position or location in a prefabricated channel or track will not be acceptable for use with nonmetallic pipe or tubing. 3-3.02. Location Schedule. Type of Pipe Pipe Support Max Spacing Max Run Without Expansion Joint, Loop, or Bend (Note 1) Expansion Joint Max Spacing (Note 2) Type of Expansion Joints feet feet feet Cast iron 15 80 80 Note 6 Steel 1-1/4 inch and smaller 7 30 100 Note 3 1-1/2 to 4 inch 10 30 100 Note 3 Over 4 inch 15 80 80 Note 6 Stainless steel ,1-1/4 inch and smaller 7 30 100 Note 3 (City of Lubbock ) (Southeast Water Reclamation Plant) 072198 (Digester No. 9 Rehabilitation ) 15140 bk (36466 ) -5- DAT Max Run Without Pipe Expansion Expansion Support Joint, Loop, Joint Max Type of Max or Bend Spacing Expansion Type of Pipe Spacing (Note 1) (Note 2) Joints feet feet feet Copper 1 inch and smaller 5 -- -- Note 7 Over 1 inch 7 50 100 Note 3 Notes: 1. Unless otherwise acceptable to the Engineer, an expansion joint shall be provided in each straight run of pipe having an overall length between loops or bends exceeding the maximum run specified herein. 2. Unless otherwise acceptable to the Engineer, the spacing between expansion joints in any straight pipe run shall not exceed the maximum spacing specified herein. 3. Expansion joint fittings as specified in the miscellaneous piping section. 4. At least two properly padded supports for each pipe section. 5. At least one support for each pipe section. 6. Expansion joints shall be mechanical couplings. 7. No expansion joints are required. 8. Supports for 5 and 10 foot long pipe sections shall be located within 18 inches of each joint. Supports shall be positioned to maintain the piping alignment and to prevent the piping from sagging. End of Section (City of Lubbock ) (Southeast Water Reclamation Plant) 072198 (Digester No. 9 Rehabilitation ) 15140 bk (36466 ) -6- DAT d 0 Q 0 0 , N o 2 BOTTOM OF BEAM OR SL,96 SYMMETRICAL ABOUT PIPE t PIPE SIZE HANGER ROOS B I I STRAP SIZE T x C in mm 1 in ' am in mm 12-IG 300-400 - 3/4 19 1/2x6 12x1S2 18-20 450-SOO 3/4 ; 19 5/8x6 15x1S2 24-30 600-750 3/4 1 19 3/4x6 19x1S2 36 900 1 7/8 22 3/4x8 1/2 19x216 42 1050 I 1 2S 3/4x11 19x279 48 1200 , 1 1/8 1 28 1 7/8xll 22x279 22.5' ROD OD RADIUS OF BEND FOR THE STRAP TO BE PIPE 00/2 + 1/4" OD/2 + 6 Mm STEEL STRAP, RIPE WIDTH = C 10012 + 00/2475 PIPE II A II I1 N II � II (6) II HANGER ROD 3" 3" STEEL STRAP I mm 75 m SECTION NO SCALE - SLEEVE (COUPLING) NUT HANGER ROD AT CONTRACTOR'S OPTION 1/4" (6 mm) PL WASHER STEEL STRAP 1 1/4"(6 mm 1/4"(6 mm V /40(6 mm) 3/8"(10 mm) STEE DOUBLE HEX .CLOSURE PL NUTS �2 1/4"t56 m) 2 1/4"t56 mm) � 0 1 1" (25 mmI =n C N 2'(50 mm) SECTION r2 i) NO SCALE - PIPE HANGERS SADDLE HANGER PIPE SUPPORT FIG 1-1S140(A) A La. mu SAND Ma.. TTPI.T ALLOT OT[lL IITIO[O1l PN aft Plol CLAMP 11NO CLAMP T704•1 1`174.4 A Ill [TILL lumm sC[Lt TT1+1.1) too SILl1 C<LLMP TT/I.1[ L! tet $.I[A1l on ST19L C"VIS C11AIr1[L CLAMP TTOC-14 TTN•tl •T , CA08011 Oft "Low ST9IL DOM- IOLT Plot CLAMP A" !Ala now TWOMBUCALS CSOTIN 044" TTM4 TTPt.S TTM-16 TTPt•ll -i lTtlt .lot CLAMP/u 0Wl Maw te__� ILIA TV" 1ODO SOCOST TTq•4 TTM.60 TTf!•11 i NOW P.. Due wmo STRL wouK&= Plot O.00Y TT.11a W=U A" man TTPt.. TTPS.11 TTNl.1T ■slits ATTACpIaMT TTSt.p Y IMDe•O OO one, sO llM IOLT LOWT IML0I0 Too "RAY CLAMP !Till 1AA4IIT TTvI•It TV" •11 Ill ONN WIL010 STl[L O0KaIT T Try•al wl lTT rllDtO tT[lt IIK[IT T TPt•ft CLIP TTPI•ll u Iowa ►WLAM CLAMP am 84" SOLCKIT TTPt•IT TTPS•[l tZ--_�, . 11;7 STm ►Q CLAMP Plot $L»l L loRT1 WJT ILOO r"Tt TTPt.[l TTNI•tt own a:I 11 u , 1 A" swrm Plot atll t: "Wals «LIT SPLIT OaO TV" OO Plot CLAMP STsit 011 r... ur ■ • MAN CLAMP Plot ■TLYO[OW SOLO OaO I'mItat10O OR TWO OOLT COOGtTS SABOT V41W r t7ASTllal011 rem ILOOLI TV".S TTPt•ll rm-la TTPtdI Tm-84 TTSI•[T HANGERS AND SUPPORTS R�CKS�/1 I FIGURE 2.15140 (a) U U W W n' a- ul (n cz: cc m m U U LA. V ul M O -co D --r M V I�N O n o m i HANGER ROO SIZE DIMENSIONS IN INCHES AND MILLIMETERS A Le B tc 0 S W X Y in mm in mm I mm in mm in mm inl mm 1 in Imml in Imml in mm 3/4 19 7_ 178 3/8 11015 1 /21140 1/2 131 5 1/2 1401 4 1001 1/41 61 1 7/ 16137 7/8 22 7/8 22 9 2291 1/2 1 131 7 178 5/8 1617 1/2 190 5 125 3/81101 1 13/ 161461 1 125 1 2S 9 229 1/2 1131 7 178 S/8 16 7 1/2 1190 51125 3/8 10 1 13/16146 1 1/8128 1 1/8 28 11 1 27915/81 161 8 2031 3/41191 9 229 6 1501 3/81101 2 1/4 15711 1/41 32 4-1/4"(6 mm) HOLES FOR FORM NAILS--� (n I ((n cc m HOLE OIA = X — SLOT WIDTH = Y TOP OF CONCRETE SLAB W 50 I rr- TXWXW PL WASHER. I I TACK WELD TO II BOLT HEAD II 11 1 1/4'(32 mm) W BOTTOM OF BEAM OR SLAB INSERT TYPE f- SCH . HANGER ROO T W SIZE In mm in mm In mm 3/4 19 1/2 13 S 127 7/8 22 5/8 16 6 152 1 25 S/B 16 6 152 1 1/8 28 7/8 22 7 178 BEAM WHERE _T� — 10'(2SO mm) MIN IN BEAMS. PLACE APPLICABLE AT LEVEL OF TOP LAYER OF HANGER ROD REINF STEEL IN SLABS CAST —IN —PLACE TYPE HANGER ROD SUPPORT A NO SCALE (A) NOTE: EITHER INSERT TYPE OR CAST -IN -PLACE HANGER ROD SUPPORT MAY BE USED AT CONTRACTOR'S OPTION. PIPE HANGERS BtaCk&Vest= I HANGER ROO SUPPORT I F I G 1-1 S 140 (8 ) ADJUSTABLE PIPE SADDLE SUPPORT TYPE-36 9 STEEL PIPE COVER PROTECTION SADDLE TYPE 39 ADJUSTABLE ROLLER HANGER WIWO SWIVEL TYPE-43 h � I �I I SPRING CUSHION ROLL TYPE 40 PIPE ROLL SPRNIG SWAY BRACE COUPLETE TYPE 60 TYPE 44 (3 - ::3 PROTECTION SHIELD PIPE ROLL A PLATE Tp'A 1 TYPE -AS VARIABI9 SPRING SOME PLRE ROLL ADJUSTABLE PIPE ROLL A BASE HANGER TYPI-41 TY/E-00 TYPE-61 e CARBON OR ALLOY STEEL RISER CLAW RESTRAMT CONTROL TYPG02 DEVICE TYPE•47 -.r— E T- I' bli CONSTANT SUPPORT HORIZONTAL TYPE TYPE-S. 0 pC� U CONSTANT SUPPORT VERTICAL TYPE TYPE-0S CONSTANT SUPPORT TRAPEZE TYPE TYPE44 VARIABLE S►RNIG BASE SUPPORT TYPE-s2 VARIABLE SPRNfO SPRNIG CUSHION TRAPEZE HANGER TYPE-40 TY►C-53 HANGERS AND SUPPORTS PLATE LUG TYPE-07 UO HORIZONTAL TRAVELER TYPE-S• FIGURE 2.1 S 140 (b) SECTION 15140 PIPE SUPPORTS SUPPLEMENT Type of Pipe Pipe Support Max Spacing Max Run Without Expansion Joint, Loop, or Bend (Note 1) Expansion Joint Max Spacing (Note 2) Type of Expansion Joints feet feet feet PVC, Schedule 40 1/8 and 1/4 inch Continuous Support 20 60 Note 3 1/2 inch 3-1/2 20 60 Note 3 3/4 and 1 inch 4 20 60 Note 3 1-1/4 & 1-1/2 inch 4-1/2 20 60 Note 3 2 inch 5 20 60 Note 3 2-1/2 inch 5-1/2 20 60 Note 3 3 inch 6 20 60 Note 3 4 inch 6-1/2 20 60 Note 3 6 inch 7-1/2 20 60 Note 3 8 inch 8 20 60 Note 3 10 inch 8-1/2 20 60 Note 3 12 inch 9-1/2 20 60 Note 3 (City of Lubbock ) (Southeast Water Reclamation Plant) 072198 (Digester No. 9 Rehabilitation ) 15140 (SUPP) bk (36466 ) -1- DAT Section 15500 VENTILATING PART 1 - GENERAL 1-1. SCOPE. This section covers the furnishing and installation of ventilating systems, including all equipment, controls, ducts, devices, accessories, and appurtenances necessary for complete, properly operating systems. 1-2. GENERAL. 1-2.01. Coordination. Equipment furnished and installed under this section shall be fabricated, assembled, erected, and placed in proper operating condition in full conformity with the drawings, specifications, engineering data, instructions, and recommendations furnished by the equipment manufacturer unless exceptions are noted by the Engineer. The Contractor shall verify that each component of the system is compatible with all other parts of the system; that all ductwork, materials, fans, and motor sizes are appropriate; and that all devices necessary for a properly functioning system have been provided. Where two or more units of the same class of equipment are required, they shall be the product of a single manufacturer; however, all the component parts of the system need not be the products of one manufacturer. Where multiple manufacturer's names have been listed as possible suppliers, only the first manufacturer listed has been checked for size, functions, and features. 1-2.02. General Equipment Stipulations. The General Equipment Stipulations shall apply to all equipment and materials furnished under this section. The Contractor's attention is directed to the equipment identification and motor requirements of the General Equipment Stipulations. 1-2.03. Governing Standards. Except as modified or supplemented herein, all work covered by this section shall be performed in accordance with all applicable local codes and ordinances, laws, and regulations which pertain to such work. In case of a conflict between these specifications and any state law or local ordinance, the latter shall govern. (City of Lubbock ) (Southeast Water Reclamation Plant) 072198 (Digester Rehabilitation ) 15500 bk (36466 ) -1- JRV All work shall comply with Underwriters' Laboratories (UL) safety requirements. 1-2.04. Power Supply. Unless otherwise indicated, power supply to equipment with motors shall be as specified in the General Equipment Stipulations. Power supply for controls shall be 120 volts, 60 Hz, single phase unless otherwise indicated or required for a properly operating system. 1-2.05. Metal Gages. Metal thicknesses and gages specified herein are minimum requirements. Gages refer to US Standard gage. 1-3. SUBMITTALS. 1-3.01. Drawings and Data. Complete assembly and installation drawings, wiring and schematic diagrams, together with detailed specifications and data covering materials used, parts, devices and other accessories forming a part of the equipment furnished, shall be submitted in accordance with the submittals section. Device tag numbers indicated on the contract drawings shall be referenced on the wiring and schematic diagrams where applicable. The data and specifications for each unit shall include, but not be limited to, the following: Fans Name of manufacturer. Type and model. Construction materials, gages, and finishes. Overall dimensions and required clearances. Net weight and loading distribution. Performance curves with the specified operating point clearly identified for each unit, type, and model with capacity in cubic feet per minute as the abscissa and brake horsepower, static pressure, and efficiency as the ordinate. Certified AMCA standard test code sound power output data for the fan outlet and casing when operating at the specified volume flow rate. Sound data should list dB re 10" watts in each octave band with midrange frequencies starting at 63 Hz and ending at 8000 Hz. Schematic control wiring diagrams showing multiline wiring for the unit and all interconnecting devices. Wiring diagrams shall be detailed to the degree required for field construction with all terminals identified. Equipment Motors. Manufacturer. Type and model. Horsepower rating and service factor. (City of Lubbock ) (Southeast Water Reclamation Plant) 072198 (Digester Rehabilitation ) 15500 bk (36466 ) _2- JRV Temperature rating. Full load rotative speed. Bearing types and numbers. Weight. Overall dimensions. Full load amperes, efficiency, and power factor. Locked rotor current. 1-3.02. Operation and Maintenance Manuals. Operation instructions shall be provided for the equipment indicated schedule and submittals sections. 1-4. QUALITY ASSURANCE. and maintenance in the equipment The equipment furnished for installation under this section shall be tested as standard with the manufacturer of the equipment. 1-5. DELIVERY, STORAGE, AND HANDLING. Delivery, storage, and handling requirements for equipment and accessories shall be as specified in the General Equipment Stipulations. 1-6. EXTRA MATERIALS. The following extra materials shall be furnished for the listed equipment: Power Roof Ventilator 1 set of matched belts Extra materials shall be suitably packaged in accordance with the General Equipment Stipulations, with labels indicating the contents of each package. Each label shall indicate manufacturer's name, equipment name, part nomenclature, part number, address of nearest distributor, and current list price. Extra materials shall be delivered to the Owner as directed. PART 2 - PRODUCTS 2-1. SERVICE CONDITIONS. All equipment shall be designed to meet the specified conditions and to operate at the elevation listed in the General Equipment Stipulations. 2-2. PERFORMANCE AND DESIGN REQUIREMENTS. Each fan operation selection point on the fan curves shall be selected to the right of the peak pressure/efficiency point and below the lowest point along the fan curve to the right of the peak pressure/efficiency point. (City of Lubbock ) (Southeast Water Reclamation Plant) 072198 (Digester Rehabilitation ) 15500 bk (36466 ) -3- JRV 2-3. ACCEPTABLE MANUFACTURERS. 2-3.01. Fans. 2-3.01.01. Power Roof Ventilators. Power roof ventilators, denoted by the symbol "PRV" and an identifying number, shall be Penn Ventilator "Domex", or Greenheck "GB" or Loren Cook "Ace". 2-3.02. Dampers. 2-3.02.01. Volume Control Dampers. Volume control dampers shall be denoted by the symbol "VCD". Volume control dampers shall be Arrow United Industries Type 1770", or Ruskin "CD-36". 2-4. MATERIALS. 2-4.01. Anchor Bolts and Expansion Anchors. All anchor bolts, expansion anchors, nuts and washers shall comply with the requirements of the anchor bolts and expansion anchors section. 2-4.02. Fans. Each fan shall be complete with electric drive motor, drive, and accessories as required for satisfactory operation. Fans shall be rated in accordance with AMCA standards, and shall be licensed to bear the AMCA Certified Rating Label. Fans shall be UL listed. Fan drive motors and controls shall be as specified in the Electrical paragraph. The external static pressure values indicated on the drawings are external to the complete unit. Internal fan housing losses are not included. 2-4.02.01. Power Roof Ventilators. Power roof ventilators shall be of the centrifugal type and shall be statically and dynamically balanced to ensure quiet, vibration -free operation. Each fan shall be complete with a weather hood, safety disconnect switch mounted in the hood, and 1/2 inch mesh aluminum bird screen over all openings. Fan housings shall be constructed of aluminum and shall have an aluminum base of the self -flashing type suitable for mounting on the curbs indicated on the drawings. Fan motors shall be as indicated on the schedules, with permanently lubricated double -sealed ball bearings, and shall be suitable for use with the power supply indicated on the drawings. 2-4.03. Dampers. (City of Lubbock ) (Southeast Water Reclamation Plant) 072198 (Digester Rehabilitation ) 15500 bk (36466 ) -4- JRV 2-4.03.01. Volume Control Dampers. Rectangular volume control dampers shall be fabricated of 16 gage galvanized steel, with a nominal 4 or 5 inch by one inch channel frame, and opposed operating blades. The damper shall be provided with adjustment quadrants and locking devices so that the position of the damper will be indicated and the damper will not move when locked. 2-4.04. Sheet Metal Work. All ductwork accessories, bracing, and supports shall be constructed of galvanized steel. Ductwork, turning vanes, and other accessories shall be fabricated, installed, and supported in accordance with the latest edition of the SMACNA manual for HVAC Duct Construction Standards. Plenums shall be constructed of reinforced, 16 gage galvanized sheet metal. Sheet metal ductwork shall be sealed according to the classifications described in the SMACNA manual for HVAC Dust Construction Standards. Ductwork shall be fabricated, reinforced, supported, and sealed for the operating pressures indicated in the schedules for the connected equipment. All ductwork shall have a minimum pressure classification of one inch. All ductwork located outdoors shall be sealed watertight and weatherproof at all joints, seams, connections, and penetrations. Transverse duct joints shall be flanged and shall be provided with a continuous gasket and flange cap. 2-4.05. Anchor Bolts and Expansion Anchors. All anchor bolts, nuts, washers, inserts, supports, and other accessories which are required for heating and ventilating work shall be furnished and installed. Anchor bolts and expansion anchors shall conform to the requirements of the anchor bolts and expansion anchors section. 2-4.06. Tests. All tests shall be conducted in a manner acceptable to the Engineer and shall be repeated as many times as necessary to secure the Engineer's acceptance of each system. 2-4.06.01. Completed Systems. After completion of the ventilating system, tests shall be conducted to demonstrate that each system is functioning in accordance with specification requirements and to the satisfaction of the Engineer. 2-4.06.02. Defective Work. If inspection or tests indicate defects, the defective work or material shall be replaced, and inspection and tests repeated. 2-4.07. Completed Systems. After completion of the ventilating system cleaning, testing, adjusting, and balancing; tests shall be conducted to (City of Lubbock ) (Southeast Water Reclamation Plant) 072198 (Digester Rehabilitation ) 15500 bk (36466 ) -5- JRV demonstrate that each system is functioning in accordance with specification requirements and to the satisfaction of the Engineer. 2-5. CONSTRUCTION. 2-5.01. Shop Painting. Unless otherwise indicated, shop painting shall be as specified in the General Equipment Stipulations. Surface finish damaged during installation shall be repaired to the satisfaction of the Engineer. Field painting shall conform to the requirements of the painting section. 2-6. ELECTRICAL. Electric motors and motor controls shall conform to the requirements of the General Equipment Stipulations. Motor starters and controls shall be furnished and installed under the electrical section except for equipment with prewired integral starters. Disconnects for equipment shall be furnished and installed under the electrical section except where specified with integral disconnects. All electrical controls shall have an enclosure suitable for the environment and NEMA type rating as indicated on the electrical drawings for wiring in conduit. Equipment installed outdoors shall have NEMA Type 4 enclosures. Prewired electric motors installed in packaged equipment are not required to have clamp type grounding terminals in the conduit box or oversized conduit boxes. Typical schematics on the drawings indicate electrical control items and functions required for most of the equipment; however, actual motor sizes shall comply with the General Equipment Stipulations. PART 3 - EXECUTION 3-1. INSTALLATION. Equipment and materials furnished under this section shall be installed in proper operating condition in full conformity with the drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer, unless exceptions are noted by the Engineer. 3-1.01. Sheet Metal Work. The location, arrangement, and size of all ductwork shall be as indicated on the drawings. The duct sizes indicated are clear dimensions inside the duct or duct lining. Sheet metal sizes are larger for internally lined ductwork. Ductwork shall be constructed and installed in accordance with the drawings. Variations in the size and location of ductwork may be made, as acceptable to the Owner, where required to avoid interference with building structure, piping systems, or electrical work. The installation shall be coordinated with other phases of work to establish space and clearance requirements. Unless (City of Lubbock ) (Southeast Water Reclamation Plant) 072198 (Digester Rehabilitation ) 15500 bk (36466 ) -6- JRV C otherwise indicated with a bottom of duct elevation, all ductwork shall be routed as high as possible with a minimum height above the finished floor of 8 feet. In vertical ducts which terminate less than 24 inches above finished floor, the bottom of the ductwork shall be broken and sloped to a 1 /2 inch drain hole in the bottom of the duct. Single thickness turning vanes shall be installed in all turns with angles of 45 degrees or greater. 3-1.02. Device Tag Numbering System. All devices shall be provided with permanent identification tags. The tag numbers shall agree with the manufacturer's equipment drawings. All field -mounted control devices shall have identification tags securely fastened to the device. Hand -lettered labels or tape labels will not be acceptable. Phenolic nameplates shall be provided and permanently attached to the wall at each control device to indicate the equipment controlled. The letters used shall be the same as the symbols indicated herein and on the drawings for various equipment. Each nameplate shall have white letters on a black background. 3-2. SYSTEM ADJUSTING AND BALANCING. The Contractor shall adjust and balance the air systems to the air flow rates as indicated on the drawings. 3-2.01. Cleaning and nd Adjusting. At the completion of the work, all parts of the installation shall be thoroughly cleaned. All equipment and fittings shall be cleaned of grease, metal cuttings, and sludge which may have accumulated by operation of the system for testing. Any stoppage, discoloration, or other damage to parts of the building, building finish, or furnishings shall be repaired at no additional cost to the Owner. (City of Lubbock ) (Southeast Water Reclamation Plant) (Digester Rehabilitation ) (36466 ) End of Section 072198 15500 bk -7- JRV Section 16050 ELECTRICAL PART 1 - GENERAL 1-1. SCOPE. This section covers the installation of electrical equipment furnished under other sections, except electrical items designated to be installed under those sections;and furnishing and installation of all additional equipment and materials needed for the electrical requirements of this contract. 1-2. GENERAL. Electrical apparatus on all equipment shall be installed complete and placed in readiness for proper operation. 1-2.01. Coordination. Electrical work shall conform to the construction schedule and the progress of other trades. 1-2.02. General Equipment Stipulations. The General Equipment Stipulations shall apply to all equipment furnished under this section. 1-2.03. Anchor Bolts and Expansion Anchors. All anchor bolts, nuts, washers, and expansion anchors shall comply with the anchor bolts and expansion anchors section except smaller than 3/4 inch anchor bolts will be permitted to match NEMA standard size bolt holes on motors and electrical equipment. 1-3. CODES AND PERMITS. All work shall be performed and materials shall be furnished in accordance with the NEC - National Electrical Code, the NESC - National Electrical Safety Code, and the following standards where applicable: ANSI - American National Standards Institute. ASTM - American Society for Testing and Materials. Fed Spec - Federal Specification. ICEA - Insulated Cable Engineers Association. IEEE - Institute of Electrical and Electronics Engineers. IES - Illuminating Engineering Society. NEMA - National Electrical Manufacturers Association. NFPA - National Fire Protection Association. UL - Underwriters' Laboratories. Equipment covered by this section shall be listed by UL, or by a nationally recognized third party testing laboratory. All costs associated with obtaining the listing shall be the responsibility of the Contractor. If no third -party testing laboratory provides the required listing, an independent test shall be performed (City of Lubbock ) (Southeast Water Reclamation Plant) 11/18/98 (Digester Rehabilitation ) 16050 cjs (36466 ) -1- WML at the Contractor's expense. Before the test is conducted, the Contractor shall submit a copy of the testing procedure to be used. 1-4. IDENTIFICATION. 1-4.01. Conduit. Conduits in manholes, handholes, building entrance pull boxes, junction boxes, and equipment shall be provided with identification tags. Identification tags shall be 19 gage stainless steel, with 1/2 inch stamped letters and numbers as indicated on the drawings. Identification tags shall be attached to conduits with nylon tie wraps and shall be positioned to be readily visible. 1-4.02. Cable. Except for lighting and receptacle circuits, each individual wire in power, control, indication, and instrumentation circuits shall be provided with identification markers at the point of termination. The wire markers shall be of the heat -shrinkable tube type, with custom typed identification numbers. The wire numbers shall be as indicated on the equipment manufacturer's drawings. The wire markers shall be positioned to be readily visible for inspection. Power wires shall be color coded with electrical tape or colored wire jacket; white-N, black, and red for 120/240 volt, 3-wire; and gray-N, brown, orange and yellow for 480/277 volt, 4-wire circuits. 1-4.03. Motor Starters. Motor starters shall be provided with nameplates identifying the related equipment. Pilot controls and indicating lights shall have engraved or etched legends ("start", "stop", etc.) as indicated on the drawings. Nameplates shall be laminated black -over -white plastic, with 1/8 inch engraved letters, and shall be securely fastened to the motor starters. 1-4.04. Control Stations. Control stations shall be provided with nameplates identifying the related equipment. Pilot controls and indicating lights shall have engraved or etched legends ("start", "stop", etc.) as indicated on the drawings. Nameplates shall be laminated black -over -white plastic, with 1/8 inch engraved letters, and shall be securely fastened to the control stations. 1-4.05. Circuit Breakers. Circuit breakers shall be provided with nameplates identifying related equipment. Nameplates shall be laminated black -over -white plastic, with 1/8 inch engraved letters, and shall be securely fastened to the circuit breakers. (City of Lubbock ) (Southeast Water Reclamation Plant) 11/18/98 (Digester Rehabilitation ) 16050 cjs (36466 ) -2- WML 1-4.06. Disconnect Switches. All switches shall have front cover -mounted permanent nameplates that include switch type, manufacturer's name and catalog number, and horsepower rating. An additional nameplate, engraved or etched, laminated black -over -white plastic, with 1/8 inch letters, shall be provided to identify the associated equipment. Both nameplates shall be securely fastened to the enclosure. 1-5. SUBMITTALS. Information covering all materials and equipment shall be submitted for review in accordance with the submittals section. Each sheet of descriptive literature submitted shall be clearly marked to identify the material or equipment as follows: a. Lamp fixture descriptive sheets shall show the fixture schedule letter, number, or symbol for which the sheet applies. b. Equipment and materials descriptive literature and drawings shall show the specification paragraph for which the equipment applies. c. Sheets or drawings covering more than the item being considered shall have all inapplicable information crossed. d. Equipment and materials descriptive literature not readily cross- referenced with the drawings or specifications shall be identified by a suitable notation. e. Schematics and connection diagrams for all electrical equipment shall be submitted for review, A manufacturer's standard connection diagram or schematic showing more than one scheme of connection will not be accepted, unless it is clearly marked to show the intended connections. Within 60 days after the Notice to Proceed, the Contractor shall furnish outline drawings and bill of materials which fully describes the lightning protection system as specified herein. Within 90 days after the Notice to Proceed, the Contractor shall furnish a submittal for all types of cable and conduit to be provided. The submittal shall include the cable manufacturer and type, and sufficient data to indicate that the cable and conduit meet the specified requirements. In addition to the complete specifications and descriptive literature, a sample of the largest size of each type of cable shall be submitted for review before installation. Each sample shall include legible and complete surface printing of the cable identification. (City of Lubbock ) (Southeast Water Reclamation Plant) 11/18/98 (Digester Rehabilitation ) 16050 cjs (36466 ) -3- WML 1-6. PROTECTION AND STORAGE. During construction, the insulation on all electrical equipment insulation shall be protected against absorption of moisture, and metallic components shall be protected against corrosion by strip heaters, lamps, or other suitable means. This protection shall be provided immediately upon receipt of the equipment and shall be maintained continuously. PART 2 - PRODUCTS 2-1. CABLE. The cable furnished shall be produced by one or more of the manufacturers indicated in the following table without exception . All cables of each type (such as lighting cable or 600 volt power cable) shall be from the same manufacturer. Each "X" in the table indicates an acceptable manu- facturer of the indicated cable. 600 V 600 V Power Ltg Instrument Cable Cable Cable American Insulated X X Wire Corp. Belden Electronic X Wire & Cable BIW Cable System, Inc. X X BICC Cables Co. X X Cerrowire X Fluorocarbon, Samuel X Moore Group, Dekoron Div. The Okonite Co. X Paranite (Essex) X X Pirelli Cable Corp. X Rockbestos Co. X X X Rome Cable Corp. X X Service Wire. X X Southwire X X Triangle PWC, Inc. X X (City of Lubbock ) (Southeast Water Reclamation Plant) 11/18/98 (Digester Rehabilitation ) 16050 cjs (36466 ) -4- WML All types of cable shall conform to the cable data sheets bound at the end of this section and as described herein. 2-1.01. Lighting Cable. Lighting cable shall be provided only in lighting and receptacle circuits operating at 277 volts or less. Lighting and receptacle circuits for underground use and cable 8 AWG or larger shall be as specified for 600 volt power cable. 2-1.02. 600 Volt Power Cable. Cable in power, control, indication, and alarm circuits operating at 600 volts or less, except where lighting and instrument cables are permitted or required, shall be 600 volt power cable. 2-1.03. Instrument Cable. Cable for electronic circuits to instrumentation, metering, and other signaling and control equipment shall be two- or three - conductor instrument cable twisted for magnetic noise rejection and protected from electrostatic noise by a total coverage shield. 2-2. CONDUIT. All conduit furnished shall be as described below. 2-2.01. Rigid Steel Conduit. Rigid steel conduit shall be heavy wall, hot -dip galvanized, shall conform to Fed Spec WW-C-581 and ANSI C80.1, and shall be manufactured in accordance with UL 6. 2-2.02. Liquidtight Flexible Metal Conduit. Liquidtight flexible metal conduit shall be hot -dip galvanized steel, shall be covered with a moistureproof polyvinyl chloride jacket, and shall be UL labeled. 2-2.03. Rigid Polyvinyl Chloride (PVC) Conduit. PVC conduit encased in concrete shall be Type EB and UL labeled for underground use. The PVC conduit shall conform to NEMA TC-6. 2-2.04. PVC -Coated Rigid Steel Conduit. The conduit shall be rigid steel. Before the PVC coating is applied, the hot -dip galvanized surfaces shall be coated with a primer to obtain a bond between the steel substrate and the coating. The PVC coating shall be bonded to the primed outer surface of the conduit. The bond on conduit and fittings shall be stronger than the tensile strength of the PVC coating. The thickness of the PVC coating shall be at least 40 mils. A chemically cured two-part urethane coating, at a nominal 2 mil thickness, shall be applied to the interior of all conduit and fittings. The coating shall be sufficiently flexible to permit field bending the conduit without cracking or flaking of the coating. (City of Lubbock ) (Southeast Water Reclamation Plant) 11/18/98 (Digester Rehabilitation ) 16050 cjs (36466 ) -5- WML Every female conduit opening shall have a PVC sleeve extending one conduit diameter or 2 inches, whichever is less, beyond the opening. The inside diameter of the sleeve shall be the same as the outside diameter of the conduit before coating. The wall thickness of the sleeve shall be at least 40 mils. All fittings, condulets, mounting hardware, and accessories shall be PVC - coated. All hollow conduit fittings shall be coated with the interior urethane coating described above. The screw heads on condulets shall be encapsulated by the manufacturer with a corrosion -resistant material . PVC -coated rigid steel conduit shall be manufactured by Ocal, Perma-Cote, or Robroy Industries. 2-3. WIRING DEVICES, BOXES, AND FITTINGS. Concealed conduit systems shall have flush -mounted switches and convenience outlets. Exposed conduit systems shall have surface -mounted switches and convenience outlets. Seal off fittings shall be installed at conduit boxes. 2-3.01. Conduit Boxes and Fittinas. a. Galvanized or cadmium plated, threaded, malleable iron boxes and fittings shall be manufactured by Crouse -Hinds or Appleton. b. Rigid PVC device boxes and fittings shall be manufactured by Carlon. c. Sheet steel device boxes shall be manufactured by Appleton or Raco. d. PVC coated device boxes shall be manufactured by Ocal, Perma-Cote, or Robroy Industries. e. Hub arrangements on threaded fittings shall be the most appropriate for the conduit arrangement to avoid unnecessary bends and fittings. 2-3.02. Device Plates. a. Galvanized or cadmium -plated device plates shall be used on surface -mounted outlet boxes where weatherproof plates are not required. b: Device plate mounting hardware shall be countersunk and finished to match the plate. (City of Lubbock ) (Southeast Water Reclamation Plant) 11/18/98 (Digester Rehabilitation ) 16050 cjs (36466 ) -6- WML c. Device plates for switches outdoors or indicated as weatherproof shall have provisions for padlocking switches "On" and "Off", and shall be Appleton "FSK-1 VS" or Crouse -Hinds "DS185". d. Device plates for receptacles indicated as weatherproof shall be Appleton "FSK-WRD" or Crouse -Hinds "WLRD1 ". e. Device plates for ground fault interrupter receptacles outdoors or indicated to be weatherproof shall be Appleton "FSK-WGFI" or Eagle "966". f. Engraved device plates, where required, shall be manufactured by Leviton, or equal. g. Device plates on PVC conduit fittings shall be Carlon "E98 Series". 2-3.03. Wall Switches. a. Switches on ac lighting panel load circuits through 277 volts shall be 20 amperes, 120/277 volts, Eagle "2221 " through "2224", Hubbell "1221" through "1224", or Leviton "1221-2" through "1224-2". 2-3.04. Receptacles. a. Standard convenience outlets shall be duplex, three -wire, grounding, 20 amperes, 125 volts, Eagle "5362", Hubbell "5362" or Leviton "5362" for 120 volt circuits, and 250 volts, Eagle "5462", Hubbell "5462" or Leviton "5462" for 240 volt circuits. b. Ground fault circuit interrupter receptacles shall be duplex, 20 amperes, 125 volts, Eagle "647-2", Hubbell "GF5352" or Leviton "6899". 2-4. JUNCTION BOXES AND WIRING GUTTERS. Indoor boxes (larger than switch, receptacle, or fixture type) and gutters shall be constructed of sheet steel and shall be galvanized after fabrication. Similar enclosures outdoors shall be provided with neoprene gaskets on the hinged doors or removable covers. Box and gutter sizes, metal thickness, and installation details shall comply with the National Electrical Code. Indoor junction boxes in corrosive areas indicated on the drawings shall be NEMA Type 4X ABS or stainless steel manufactured by Hoffman Engineering Co. (City of Lubbock ) (Southeast Water Reclamation Plant) 11/18/98 (Digester Rehabilitation ) 16050 cjs (36466 ) -7- WML 2-5. LIGHTING FIXTURES. Lighting fixtures shall be furnished as described in the fixture schedule and as indicated on the drawings. Lighting fixtures shall be furnished complete with lamps. Pendant fixtures shall have swivel type box covers and threaded conduit pendants unless otherwise specified. 2-5.01. Electronic Ballasts. Electronic ballasts furnished with fluorescent type lighting fixtures shall be CBM certified as meeting requirements of ANSI C82.11 with a THD level of not more than 10 percent. 2-6. LIGHTING PANELS. Unless otherwise specified, each lighting panel shall be a- dead -front, 120/240 volt, single phase panelboard with circuit breakers, in accordance with the drawings and the foliowing. 2-6.01. Cabinet. The panel shall have a flush -mounted or surface -mounted enclosure with a NEMA designation appropriate for the location where it will be installed. The enclosure shall have a hinged trim (cover). Breaker operating handles shall be accessible through a latched, lockable, door. At the completion of the contract, a neatly printed or typed directory listing the panel and circuit identities shall be mounted inside the door. 2-6.02. Circuit Breakers. Circuit breakers shall be thermal -magnetic, bolt -in, individually front replaceable, and shall indicate "On", "Off", and "Tripped". Breakers indicated as multiple -pole shall be common trip. Breakers shall have interrupting ratings not less than 10,000 amperes. Handle clips to prevent casual operation of breakers shall be provided for 10 percent (at least two) of the breakers and applied to the circuits directed. Breakers and provisions for future breakers shall be provided in the quantities, number of poles, and ampere ratings indicated on the drawings. 2-6.03. Buses. The panel shall have main and neutral buses insulated from the cabinet, and a ground bus. Buses shall be copper, with ampere ratings and main lugs or breaker as indicated. The ground bus shall be similar to a neutral bus and shall have a good ground connection to the cabinet, a removable bond to the neutral bus, clamp type lugs for the ground cable in each supply conduit, and connections for a ground cable in each load conduit. 2-7. SEPARATELY ENCLOSED MOTOR STARTERS. Separately enclosed motor starters, unless otherwise specified, shall be full voltage, magnetic, non - reversing, and NEMA rated. The starter enclosures shall have NEMA type designations appropriate for the locations where they will be installed. Unless otherwise noted, NEMA Type 4X stainless steel enclosures shall be provided for outdoor locations . (City of Lubbock ) (Southeast Water Reclamation Plant) 11/18/98 (Digester Rehabilitation ) 16050 cjs (36466 ) -8- WML Solid state thermal overload protection shall be provided for each phase lead. Each starter shall be provided with an external, manually reset push button for resetting the thermal overload relays. Each starter shall include auxiliary contacts as required, plus one spare NO and one spare NC contact. The Contractor shall match the sizes of control power transformers, overload devices, heaters, and starters to the equipment furnished, as they may differ from the values indicated on the drawings. Control power transformers shall have both primary leads fused, one secondary lead fused, and one secondary lead grounded. All push buttons, selector switches, and lights indicated on the schematics to be provided on or in the starter enclosure shall be heavy-duty, oiltight, push -to -test type. Push buttons on starters located outdoors shall be provided with protective caps. 2-7.01. Three Phase Starters. Three phase starters shall be circuit breaker combination type consisting of 3 phase, 60 Hz contactors with thermal overloads, a 120 volt ac coil, a dry type control power transformer where required, and a circuit breaker disconnect. Control power transformers shall be sized to handle all simultaneous loads. Starters shall be at least NEMA Size 1, or shall be sized as indicated on the drawings. Circuit breakers shall be 600 volt magnetic motor circuit protectors for motors smaller than 100 horsepower and 600 volt thermal -magnetic type for 100 horsepower and larger motors. Each breaker shall be manually operated with a quick -make, quick -break, trip -free toggle mechanism. Three phase starters shall be furnished with external manual breaker operating handles and provisions for up to three padlocks. The access door shall be interlocked with the motor circuit protector, so that the door cannot be opened, except by an interlock override, while the breaker is closed. The complete 3 phase starter shall have an interrupting rating of at least 14,000 amperes at 480 volts. 2-7.02. Single Phase Starters. Single phase starters shall consist of single phase, 60 Hz contactors with thermal overloads and an integral or separately enclosed short-circuit protection device. Starters shall be at least NEMA Size 0, or shall be sized as indicated on the drawings. (City of Lubbock ) (Southeast Water Reclamation Plant) 11/18/98 (Digester Rehabilitation ) 16050 cis (36466 ) -9- WML Integral short-circuit protection devices for single phase starters shall be 120/240 volt, magnetic motor circuit protectors. Separately enclosed short-circuit protection devices for single phase starters shall be molded -case circuit breakers for motor loads 6 amperes and higher and fused switch disconnects for motor loads lower than 6 amperes. Circuit breaker disconnects shall be 120/240 volt, molded -case, thermal -magnetic circuit breakers. Fused switch disconnects shall have quick -make, quick -break mechanisms and 250 volt, dual -element, time -delay fuses. The short-circuit protection devices shall have external operating handles capable of being padlocked in the open position, and shall have an interrupting rating of at least 10,000 amperes at 120 volts. 2-8. CONTROL STATIONS. Control stations shall be provided as indicated on the one -line diagrams or schematics or as required by the equipment furnished. Pilot devices shall be heavy-duty, oiltight, push -to -test type, and shall perform the functions indicated. Indoor control stations shall have NEMA Type 13 enclosures. Control stations outdoors or indicated to be weatherproof shall have NEMA Type 4 stainless steel enclosures with protective caps on the control devices. Control stations in Class I, Division 2, Group D hazardous areas shall have NEMA Type 7 enclosures, or be factory sealed type, Appleton N2 Series. 2-9. VACUUM SWITCHES. A vacuum switch shall be provided in the inlet piping of each compressor (GC-1601, GC-1602). The switch shall be designed to stop the pump upon development of excessive vacuum. Switches shall be Mercoid "DRW-33-2L", range 7, rated 5-150 psig, safe to 200 psig surge, with a 120 volt, 10 ampere, hand reset contact set to open when vacuum rises to 60 psig. Each switch shall be assembled with liquid fill. 2-10. SPARES. One spare fuse shall be furnished for each type included in this work. PART 3 - EXECUTION 3-1. CABLE INSTALLATION. 3-1.01. General. Except as otherwise specified or indicated on the drawings, cable shall be installed according to the following procedures, taking care to protect the cable and to avoid kinking the conductors, cutting or puncturing the jacket, contamination by oil or grease, or any other damage. (City of Lubbock ) (Southeast Water Reclamation Plant) 11/18/98 (Digester Rehabilitation ) 16050 cjs (36466 ) -10- WML a. Stranded conductor cable shall be terminated by lugs or pressure type connectors. Wrapping stranded cables around screw type terminals is not acceptable. b. Stranded conductor cable shall be spliced by crimp type connectors. Twist -on wire connectors may be used for splicing solid cable and for terminations at lighting fixtures. c. Splices may be made only at readily accessible locations. d. Cable terminations and splices shall be made as recommended by the cable manufacturer for the particular cable and service conditions. All shielded cable stress cone terminations shall be IEEE Class 1 molded rubber type. Shielded cable splices shall be tape or molded rubber type as required. Shielded cable splices and stress cone terminations shall be made by qualified splicers. Materials shall be by 3M Company or Raychem Electric Power Products. e. Cable shall not be pulled tight against bushings nor pressed heavily against enclosures. f. Cable -pulling lubricant shall be compatible with all cable jackets; shall not contain wax, grease, or silicone; and shall be Polywater "Type J", Quote #1823. g. Spare cable ends shall be taped, coiled, and identified. h. Cables shall not be bent to a radius less than the minimum recommended by the manufacturer. For cables rated higher than 600 volts, the minimum radius shall be 8 diameters for nonshielded cable and 12 diameters for shielded cable. All cables in one conduit, over 1 foot long, or with any bends, shall be pulled in or out simultaneously. j. Circuits to supply electric power and control to equipment and devices are indicated on the one -line diagrams. Conductors in designated numbers and sizes shall be installed in conduit of designated size. Circuits shall not be combined to reduce conduit requirements unless acceptable to the Engineer. 3-2. CONDUIT INSTALLATION. Except as otherwise specified or indicated on the drawings, conduit installation and identification shall be done according to the following procedures. (City of Lubbock ) (Southeast Water Reclamation Plant) 11/18/98 (Digester Rehabilitation ) 16050 cjs (36466 ) -11- WML 3-2.01. Installation of Interior and Exposed Exterior Conduit. This section covers the installation of conduit inside structures, above and below grade, and in exposed outdoor locations. In general, conduit inside structures shall be exposed. Unless otherwise indicated on the drawings, the Contractor shall be responsible for routing the conduit to meet the following installation requirements: a. Conduit installed in all exposed indoor locations except corrosive areas indicated on the drawings shall be rigid steel . Exposed conduit shall be rigidly supported by hot -dip galvanized hardware and framing materials, including nuts and bolts. b. Conduit installed in floor slabs and walls shall be rigid steel. c. Conduit installed in all exposed outdoor locations shall be PVC -coated rigid steel, rigidly supported by PVC -coated mounting hardware and framing materials. Nuts and bolts shall be stainless steel. All damaged coatings shall be repaired according to the manufacturer's instructions. d. Final connections to dry type transformers, to motors without flexible cords, and to other equipment with rotating or moving parts shall be liquidtight flexible metal conduit with watertight connectors installed without sharp bends and in the minimum lengths required for the application, but not longer than 6-0" unless otherwise acceptable to the Engineer. e. Terminations and connections of rigid steel conduit shall be taper threaded. Conduits shall be reamed free of burrs and shall be terminated with conduit bushings. f. Exposed conduit shall be installed either parallel or perpendicular to structural members and surfaces. g. Two or more conduits in the same general routing shall be parallel, with symmetrical bends. h. Conduits shall be at least 6 inches from high temperature piping, ducts, and flues. Metallic conduit connections to sheet metal enclosures shall be securely fastened by locknuts inside and outside. (City of Lubbock ) (Southeast Water Reclamation Plant) 11/18/98 (Digester Rehabilitation ) 16050 cjs (36466 ) -12- W M L j. Conduits in walls or slabs which have reinforcement in both faces shall be installed between the reinforcing steel. In slabs with only a single layer of reinforcing steel, conduits shall be placed under the reinforcement. k. Conduits that cross structural joints where structural movement is allowed shall be fitted with concretetight and watertight expansion/ deflection couplings, suitable for use with metallic conduits. The couplings shall be Appleton type DF, Crouse -Hinds type XD, or O-Z type DX. I. Conduit shall be clear of structural openings and indicated future openings. m. Conduits through roofs or metal walls shall be flashed and sealed watertight. n. Conduit installed through any openings cut into concrete or masonry structures shall be neatly grouted. o. Conduits shall be capped during construction to prevent entrance of dirt, trash, and water. p. Horizontal conduit shall be installed to allow at least 7 feet of headroom, except along structures, piping, and equipment or in other areas where headroom cannot be maintained. q. PVC -coated rigid steel conduit shall be threaded and installed as recommended by the conduit manufacturer's installation procedure using appropriate tools. r. All conduits that enter enclosures shall be terminated with acceptable fittings that will not affect the NEMA rating of the enclosure. s. Nonmetallic conduit which turns out of concrete slabs or walls shall be connected to a 90 degree elbows of metallic conduit before it emerges. t. Conduits that turn out of concrete floor slabs shall be given a heavy coat of coal tar paint extending 2 inches on each side of the point of turn -out, or a three lap wrap of 4 inch wide 3M Company 51 tape applied over a coat of 3M No. 34548 primer. (City of Lubbock ) (Southeast Water Reclamation Plant) 11/18/98 (Digester Rehabilitation ) 16050 cjs (36466 ) -13- WML 3-2.02. Underground Conduit Installation. All excavation, backfilling, and concrete work shall conform to the respective sections of these specifications. Underground conduit shall conform to the following requirements: a. All underground conduits shall be concrete encased unless indicated otherwise on the drawings. Concrete encasement installed under roadways shall be reinforced as indicated on the drawings. b. Concrete encased conduit shall be Type EB PVC . Conduits shall have end bells where terminated at walls. All PVC joints shall be solvent welded in accordance with the recommendations of the manufacturer. c. Underground conduit bend radius shall be at least 2 feet at vertical risers and at least 3 feet elsewhere. d. Underground conduits and conduit banks shall have at least 2 feet of earth cover, except where indicated otherwise. e. Underground conduit banks through building walls shall be cast in place, or concreted into boxouts, with water stops on all sides of the boxout. Water stops are specified in the cast -in -place concrete section. f. Underground nonmetallic conduits which turn out of concrete or earth in outdoor locations, shall be connected to 90 degree elbows of PVC -coated rigid steel conduit before they emerge. g. Conduits not encased in concrete and passing through walls which have one side in contact with earth shall be sealed watertight with special rubber-gasketed sleeve and joint assemblies or with sleeves and modular rubber sealing elements. h. Underground conduits shall be sloped to drain from buildings to manholes. Intercommunication and instrument cables shall be separated the maximum possible distance from all power wiring in pull -boxes, manholes, and handholes. 3-2.03. Sealing of Conduits. After cable has been installed and connected, conduit ends shall be sealed by forcing nonhardening sealing compound into the conduits to a depth at least equal to the conduit diameter. This method shall be used for sealing all conduits at handholes, manholes, and building (City of Lubbock ) (Southeast Water Reclamation Plant) 11/18/98 (Digester Rehabilitation ) 16050 cis (36466 ) -14- WML entrance junction :boxes, and for 1 inch and larger conduit connections to equipment. Conduits entering hazardous (classified) areas and submersible or explosion - proof enclosures shall have Appleton "Type ESU" or Crouse -Hinds "EYS" sealing fittings with sealing compound. 3-3. WIRING DEVICES, BOXES, AND FITTINGS INSTALLATION. Metallic and nonmetallic conduit boxes and fittings shall be installed in the following locations: 3-3.01 Conduit Boxes and Fittings. a. Galvanized or cadmium plated, threaded, malleable iron boxes and fittings shall be installed in concrete walls, ceilings, and floors; in the outdoor faces of masonry walls; and in all locations where weatherproof device covers are required. These boxes and fittings shall also be installed in exposed metallic conduit systems. b. Galvanized or cadmium plated sheet steel boxes shall be installed in the indoor faces of masonry walls, in interior partition walls, and in joist supported ceilings. c. Rigid PVC device boxes shall be installed in exposed nonmetallic conduit systems. 3-3.02. Device Plates. Oversized plates shall be installed where standard - sized plates do not fully cover the wall opening. 3-3.03. Wall Switches. a. Wall switches shall be mounted 3'-6" above floor or grade. b. After circuits are energized, all wall switches shall be tested for proper operation. 3-3.04. Receptacles. a. Convenience outlets shall be 18 inches above the floor unless otherwise required. b. Convenience outlets outdoors in basements, and rooms where equipment may be hosed down shall be 4'-0" above floor or grade. (City of Lubbock ) (Southeast Water Reclamation Plant) 11/18/98 (Digester Rehabilitation ) 16050 cjs (36466 ) -15- WML c. After circuits are energized, each receptacle shall be tested for correct polarity and each GFCI receptacle shall be tested for proper operation. 3-4. EQUIPMENT INSTALLATION. Except as otherwise specified or indicated on the drawings, the following procedures shall be used in performing electrical work. 3-4.01. Setting of Equipment. All equipment shall be installed level and plumb. Sheet metal junction boxes, equipment enclosures, sheet metal raceways, and similar items mounted on water- or earth -bearing walls shall be separated from the wall by at least 1/4 inch thick corrosion -resistant spacers. 3-4.02. Sealing of Equipment. All outdoor starters, and similar equipment shall be permanently sealed at the base, and all openings into equipment shall be screened or sealed with concrete grout to keep out rodents and insects the size of wasps and mud daubers. Small cracks and openings shall be sealed from inside with silicone sealant, Dow -Corning 795" or General Electric "SCS1200". 3-5. GROUNDING. The electrical system and equipment shall be grounded in compliance with the National Electrical Code and the following requirements: a. All ground conductors shall be at least 12 AWG soft drawn copper cable or bar, bare or green -insulated in accordance with the National Electrical Code. b. Ground cable splices and joints which will be inaccessible after completion of construction shall meet the requirements of IEEE 837, and shall be Cadweld "Exothermic" or Burndy "Hyground". c. Ground cable through exterior building walls shall enter within 3 feet below finished grade and shall be provided with a water stop. Unless otherwise indicated, installation of the water stop shall include filling the space between the strands with solder and soldering a 12 inch copper disc over the cable. d. Lighting fixtures and receptacles shall be grounded by a copper ground conductor in addition to the conduit connection. e. Ground connections to equipment and ground buses shall be made with copper or high conductivity copper alloy ground lugs or clamps. Connections to enclosures not provided with ground buses or ground terminals shall be made with clamp type lugs inserted under permanent assembly bolts or under new bolts drilled and inserted through enclosures, other than explosionproof, or by grounding (City of Lubbock ) (Southeast Water Reclamation Plant) 11/18/98 (Digester Rehabilitation ) 16050 cjs (36466 ) -16- WML locknuts or bushings. Ground cable connections to anchor bolts; against gaskets, paint, or varnish; or on bolts holding removable access covers will not be acceptable. f. The grounding system shall be bonded to the station piping by con- necting to the first flange inside the building, on either a suction or discharge pipe, with a copper bar or strap. The flange shall be drilled and tapped to provide a bolted connection. g. Ground conductors on equipment shall be formed to the contour of the equipment and firmly supported. h. Ground rods not described elsewhere shall be 5/8 inch in diameter by 8 feet long, with a copper jacket bonded to a steel core. 3-6. LIGHTING FIXTURE INSTALLATION. The drawings indicate the general locations and arrangements of the lighting fixtures. Fixtures in rows shall be aligned both vertically and horizontally unless otherwise specified. Fixtures shall be clear of pipes, mechanical equipment, structural openings, indicated future equipment and structural openings, and other obstructions. 3-7. MODIFICATIONS TO EXISTING EQUIPMENT. The following modifications shall be made to the existing facilities. 3-7.01. Motor Control Center (MCC) Modifications. MCC-500, MCC-1000 and MCC-1600 located in the Plant 4 secondary sludge pumping station, the digested sludge pumping station and outside of the digester 8/9 control room respectively, shall be modified as indicated on the drawings. End of Section (City of Lubbock ) (Southeast Water Reclamation Plant) 11/18/98 (Digester Rehabilitation ) 16050 cjs (36466 ) -17- WML