Loading...
HomeMy WebLinkAboutResolution - 3361 - Contract - Rhode Construction Company - Effluuenet Pump Station - 04_26_1990Resolution #3361. April 26, 1990 Item #23 HW:js RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock a Contract by and between the City of Lubbock and Rhode Construction Company for turnkey con- struction of an effluent pump station, attached herewith, which shall be spread upon the minutes of the Council and as spread upon the minutes of this Council shall constitute and be a part of this Resolution as if fully copied herein in detail. Passed by the City Council this 26t h ATTEST: neEte ecr APPROVED S TO CONT/ENJ.! ene Eads, Purchasing Manager APPROVED AS TO FORM: Harold Wi lard, Assistant City Attorney day of April , 1990. AB. McMINN, MAYOR CITY OF LUBBOCK SPECIFICATIONS FOR EFFLUENT PUMP STATION BID # 10609 «� 1910(l 6e:s 43-S lei CITY OF LUBBOCK Lubbock, Texas '�k' o��aa. MAILED TO VENDOR 3-15-90 CLOSE: 3-30-90 2:00 P.M. BID # 10609 ADDENDUM # 1 PLEASE NOTE THE FOLLOWING: 1. Please change pre -bid conference date and time from 3-15-90 10:00 A.M. to Tuesday 3-20-90 2:00 P.M. Committee Room 103, 1625 13th Street, Municipal Building. TH K YO t CITY OF LUBBOCK PURCHASING OFFICE PLEASE RETURN ONE COPY WITH YOUR BID MAILED TO VENDOR: 3-27-90 CLOSE: 3-30-90 NEW CLOSING DATE: 4-6-90 BID # 10609 ADDENDUM # 2 PLEASE NOTE THE FOLLOWING: 1. Please change closing date from 3-30-90 to 4-6-90 2:00 P.M.. 2. Please note specification changes attached. THAN YOU, CITY OF LUBBOCK PURCHASING OFFICE PLEASE RETURN ONE COPY WITH YOUR BID UHLL.HS . 4U ti;l`J.- B LAC K& V E A T C H LUBBOCK, TEXAS EFFLUENT PUMPING STATION ADDENDUM NO. 1 A. SCOPE. This Addendum No. 1 consists of pages A01-.1 through AD1-6, incl nu g Figure 1-AD1, designated as page AD1-6. -- This Addendum No. 1 covers the following additions and changes to the specifications and drawings for this project. B. SPECIFICATIONS. 1. SECTION 11110 - RELOCATION OF EXISTING HORIZONTAL SPL2T-CASE CENTRIFUGAL PUMPS AND ELECTRIC MOTOR STARTERS Page 2, Paragraph 6. Delete the last ,paragraph. Z. SECTION 11140 - VERTICAL DIFFUSION VANE PUMPS Page 1, Paragraph 2. Delete the second paragraph and substitute the follo—wing: _ "The pumping units shall be as manufactured by Byron Jackson, Fairbanks Morse, Ingersol Rand, Johnston, Layne, Peabody Flovay, Peerless, or Worthington. Within 5 days of the bid._�apeniin , the apparent low bidder and an other bidder: .so requested, sha l submit to'­te Engineers -Architects the name of the pump ma�iufacturer proposed for the work". Page 2, Paragraph 4. Delete the fallowing design requirements: "Max capacity at ladicated 1250 @ 70, 1500 @ 70' 3100 @ 70, total head, gpm" Page Z, Paragraph 4. Revise the following de ign requirements: "Min wire-Cu-water efficiency 75 74 76 at rated head, percent Min nominal size of pump 8 12 12 column, inches" BPage 5, Para raph 6.02. Delete the first paragraph and substitute the owing: "Barrel. Each pump barrel shall be designed to support through an integral rigid mounting flange, the entire pump astembly and drive unit. The abutting surfaces between ncounting flange and (LUBBOCK, TEXAS) (CONTRACT 2 ) (15388 ) ADI-1 "7 cK a vEnrcH 7 . pedestal shall be machined to provide uniform bearing. The diameter, length, and any baffling of the barrel shall be determined by the pump manutacturet. Each barrel slXall have an opening large enough to permit withdrawal of the entire pump assembly. The abutting surfaces of the mounting flange and pedestal shall by watertight and sealed for 25 psi internal 4orking nrpssure.". Pa ee 5, Paragraph 6.03. Add the following sentence to the end of the first paragraph: "Stuffing box shall be tapped for an oil connection.". Page 6, Paragraph 6.05. Delete the last paragraph pertaining to the length of the pump column. EKe 6, Para raph 6.09. Delete the second and third psLr.agraphc pertaining to the stuffing box. Pie 8, ParagL'Etph 9. Delete the first sentence on the page. Page 8, Paragraph 12. Delete the second, third and fourth sentences of the first paragrapFpertaining to grout and a concrete pump base. 3. SECTION 13122 - METAL BUILDING SYSTEMS Pale_ 3, Para aaph 4_. Revise the following material for tkte anchor bolts and nuts: "Anchor Bolts and Nuts Type 316 Stainlegs Steel" 4. SECTION 15101 - BUTTERFLY VALVES Page 5, Paragraph 8. Revise the actuator of the 24 inch In -Plant -- butterfly from a "wrench nut" to a "handwheel" and add the following valves to the table: Minimum Type of Actuator Instal- AWWA 'Type of Torque "Size Quantity Service lation Class(l) Actuator Capability(2) —' inc�ies � -~ - — - 14 2 Pump In -plant 150B-Mi Randwheel 9468 ". Suction 5. SECTION 15100 - MISCELLANEOUS VALVES ?±Ke 3, Paragraph 5. Delete "Valmatic Dual Disc 88-GAN-SSP" from the first sentence of the second paragraph. (LUBBOCK, TEXAS) (CONTRACT 2 ) (15388 ) AD1-2 UU : 46 BZU DALLAS 240 004 ""9LACK & VEATGH 6. SECTION 15104 - RESILIENT -SEATED CATE VALVES P e 3, Paragraph 8. Add the following valves to tho Gate Valve Schedule: Max Pressure Type of Differential Type of Instal - "Size Quanta Service Across Valve Ends_ Stem o orator lation -- 6 2 Vacuum 75 F NRS HW Exposed Relief -- 10 2 Water 75 F NRS NW Exposed Meter Test " 7. SECTION 16050 - EL8CTRTCAL Page 14, Paragraph 20. ;add the following sentence to the end of the paragraph: - — — "Automatic alternator shall be housed in the NEMA Type 1 duplex sump pump control panel enclosure.". C. DRAWINGS. 1. Sheet 2, Surge Relief Valve. o Add a six inch gate valve and check valve on the ten inch ductile Iron pipe as indicated on Figure 1--AD1, a copy of vbi-h is attached herewith. o Revise the dimension leader: to indicate that the *.et► inch ductile iron pipe shall be in9ulated to the bottom flange of the surge relief valve. 2. Sheet 2, Site Plan. 0 Near the center of the site plan, tevise the two notes "Contract 1, See Note 6, Sh. 3 to "Contract 1, See Note '), This Sh.". o Add a concrete reaction block, DA=55 square feet, on the vest side of the 24 inch irrigation lime tee fitting ,;ear coordinetc N7267303.85 and 9970902.34. 3. Sheet 3, Plan. o Revise the butterfly valves on the new 24 and 36 inch bt:ried pumping station influent lines from mechanical joint to flanged end butterfly valves (4 places), to agzee with the specifications. (LUBBOCK, TEXAS) (CONTRACT 2 ) (15388 ) AD1-3 .... - .1-�- ` � - .mac. c�u. -sU GG.^.:• L'NLLH7 C4U lIQJ _� NILACK & VEATCH o Delete the six inch gate valve and check valve for vacuum relief on each end of the 24 inch discharge line in the pumpin; station and relocate them as shown oil Figure 1-AD1, a copy of which fs included herewith. 4. Sheet 4, Section 1. o Revise the note pertaining to the deep well air valve on the R inch discharge as follows: 114 inch Deep Well Air Valve, See Note 5, Sh. 311. o The orientation of the check valve on the discharge pipe from the relocated horizontal split case pumps should be reversed. o Delete the six inch gate valve and check valve for vacuum relief on the 24 inch discharge line in the pumping station and relocate them as shown on Figure 1-AD1, a copy of which is included herewith. 5. Sheet 4, Section 2. o The flanges on the 24 inch discharge line, buried under the MCC slab, can be deleted at the Contractor's option. A mechanical joint by mechanical joint pipe with the indicated pipe collars will be acceptable. o Revise the note pertaining to the concrete pad in the caliche drive from " 4'-0" Sq. Conc, Pad With WWF 4x4-W4xW4, El. W 6.13" to " 12 Inch Thick, 4'-0" Sq. Conc. Pad Vith #5 A 12 Inch Ctrs, Top and Bottom, El. 3176.13". 6. Sheet S, Sections and Ladder Details, Section 1. Add the following note pertaining to the reinforcing in the 1'-8" thick bottom slab: "# 8 @ 12 It:ch Ctrs, EVEF". 7. Sheet 7, Heating, .ventilating and Pltimbin& Plan. Add two t%de)-inch bell ups or. the four inch floor drains. One shall be located bettween pump nos. EP-7 and EP-8 and the zither shall be loCaLed south of pump no. EP-6. The bell tips shall receive discharge fzvsa the- deep well Hit valves and the pump barrels. 8. Sheet 8, Pump iiase, Detail H. Changte the thickness of concrete encasement around the pump barrel from 118 inches" to 1*'12 inches". 9. Sheet 8, E uipment Base, Detail J. Add note as follows: "MCC base shall he 4 inches". 10. Sheet 8, Concrete Vall Sleeve, Detail L. Revise the note "3 Inch Sump Discharge" to "3 Inch Sump Discharge or 4 Inch Drain Line". (LUBBOCK, TEXAS) (CONTRACT 2 ) (15388 ) ADI-4 Wu • "I Z,:..V VHLLH'n G4LJ BLACK ak VEATCH FJUO 11. Sheet 8, Platform Handrail, Detail 0. Delete the note pertaining to the 1/4 ineh stainless steel 'bolts and revise it as follows: 113/4 Inch S.S. Expansion Anchors (2 Each Plate)". r 12. Sheet 9, Enlarged Plan - East Side Existing Lam. o Add a note pertaining to demolition of the existing rdotor starter slab as follows: "Contractor shall demolish and remove the existing motor starter concrete slab, the existing motor starter supports, dnd all other Items mounted on the slab. The existing conduits and cable shall be cut off a mittiaium of 1 foot below grade and removed.". o Add the following note pertaining to concrete reaction blocks to restrain the 24 inch irrigation lines "Concrete reaction blocks, BA = 55 square feet, shall be added at the Wye of the 24 inch line (Contract 1) that is lucalted 30 feet south of the coordinate N7267219.69 and E973581.10 aid at the 45 degree bend of the new 24 inch line (Contract 2). 13, Sheet 12, Motor Control Center MCC1, One -Line Diagram. Add a note that (Tenfifies the condo is from the Mt:C to t1'te rotors of the future effluent pumps to be 2-1/2 inch and conduit to the space heaters of the future effluent pump3 to be 3/4 inch. 14. Sheet 14, Power Wiring. o Revise pump nos. EP-1 through w-5 to read from left to right Instead of right to left. For example, EP-1 should be revised to EP-5. o Revise the location of the control stations for pump nos. EP-2 and EP-4 to the south Side ut the pump discharge lime so two control stations may be accessed from each acce39 lad3er. *iFA'*�Fk**k****�*fit**,t*,tict;c*xit�t74'�rf�xY�tFR*RK.Fiea..r,ytic�tk�t*�rrrtkir54R�t*x�7tic,sxi*kk�t#hi.r4*��. March 22,1990 BLACK & VFATCH Engineers -Architects (LUBBOCK, TEXAS) (CONTRACT 2 ) (15388 Ab1-5 UJ l i ! _.Iu U11 . " 1 D .V LHLLHS G4U wu I INSECT gr.REEN 4S* BEND BETWEEN FLANGES, --- *44 12-D I/2' Eb' JT. MATER I Ate---- 24oxl0' SECTION ms 10, ANGLE SURC6 RELIEF VALUE i DUARO I'0a t . fir. SEE OCT, K `�N, Q SEE SITE N AN FOR E%!STIW, GRAOE EL. 10, DIP ► i NtTM ♦-S/i' TIE RWS r - 2t' bb SCHPAM ATE FAIL 2--O-XV-4'4' OW '�C6 51.2 FOR Vp;V'7 440 Pam. FIGURE I - A101 j ;S Y t t CITY OF LUBBOCK SPECIFICATIONS for TITLE: EFFLUENT PUMP STATION ADDRESS: 1 MILE SOUTH OF 19TH STREET ON BOLES ROAD BID NUMBER: 10609 PROJECT NUMBER: 2133-553103-9439 CONTRACT PREPARED BY: Purchasing Department -1- (This page left blank intentionally) 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. INDEX PAGE NOTICETO BIDDERS..........................................................................................3 GENERAL INSTRUCTIONS TO BIDDERS............................................................................4 BID PROPOSAL - BID FOR LUMP SUM CONTRACTS.................................................................10 PAYMENTBOND................................................................ .............................13 PERFORMANCE BOND........................................................................ ...........16 CERTIFICATE OF INSURANCE................................................................ .....19 CONTRACT........................................................... ............... ...21 . .................... GENERAL CONDITIONS OF THE AGREEMENT.......................................................................23 CURRENT WAGE DETERMINATIONS...............................................................................41 SPECIFICATIONS............................................................................................42 SPECIAL CONDITIONS........................................................................................43 NOTICE OF ACCEPTANCE......................................................................................45 -2- (This page left blank intentionally) NOTICE TO BIDDERS -3- (This page left blank intentionally) r- NOTICE TO BIDDERS BID # 10609 Sealed proposals addressed to Gene Eads, C.P.M., Purchasing Manager, City of Lubbock, Texas, will be received at the office of the Purchasing Manager, 1625 13th St., Room L-04, Lubbock, Texas, 79401, until 2:00 o'clock p.m. on the 30th day of March, 1990, or as changed by the issuance of formal addenda to all planholders, to furnish all Labor and materials and perform all work for the construction of the following described project: EFFLUENT PUMPING STATION .-, After the expiration of the time and date above first written, said sealed proposals wiLL be opened by the Purchasing Manager at his office and publicly read aloud. It is the sole responsibility of the bidder to insure that his bid is actually in the office of Gene Eads, Purchasing Manager for the City of Lubbock, prior to the expiration of the date above first written. The City Council will consider the bids on the 12th day of April, 1990, at Municipal Bldg., Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond and payment bond in accordance with Article 5160, Vernon's Ann. Civil St., in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000.00. Said statutory bonds should be issued by a company carrying a current Best Rating of B or superior, as the rating of the bond company is a factor that will be considered in determination of the lowest responsible bidder. If the contract price does not exceed $25,000.00 the said statutory bonds wiLL not be required. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder wiLL enter into a contract and execute all necessary bonds (if required) within 10 days after notice of award of the contract to him. It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shaLL be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. The plans, specifications, proposal forms and contract documents may be examined at the office of the Purchasing Manager for the City of Lubbock, Texas. Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a, Vernon's 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. ram' The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, or national origin in consideration for an award. There will be a pre -bid conference on 15th day of March, 1990, at 10:00 o'clock a.m., Committee Room 103, Municipal Building, 1625 13th Street. CITY OF LUBBOCK B : Gene Eads, C.P.M. Purchasing Manager ADVERTISEMENT FOR BIDS BID # 10609 Sealed proposals addressed to Gene Eads, C.P.M., Purchasing Manager, City of Lubbock, Texas, will be received at the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401 until 2:00 o'clock p.m. on the 30th day of March 1990, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: EFFLUENT PUMPING STATION After the expiration of the time and date above first written, said sealed proposals will be opened by the Purchasing Manager at his office and publicly read aloud. The plans, specifications, proposal forms and contract documents may be examined at the office of the Purchasing Manager for the City of Lubbock, Texas. Attention of each bidder is particularly called to the Schedule of General Prevailing Rate of Per Diem Wages included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, Texas. Each bidder's attention is further directed to the provisions of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning such wage scales and payment by the contractor of the prevailing rates of wages as heretofore established by the City of Lubbock. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, or national origin in consideration for an award. There will be a prebid conference on 15th day of March, 1990. at 10:00 o'clock a.m., Committee Room 103, Municipal Building, 1625 13th Street. BY: GeW Eads, C.P.M. PURCHASING MANAGER (This page left blank intentionally) GENERAL INSTRUCTIONS TO BIDDERS -4- (This page left blank intentionally) GENERAL INSTRUCTIONS TO BIDDERS 1. SCOPE OF WORK The work to be done under the contract documents shall consist of the following: Construction of an effluent pumping station. The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to r- complete this project in accordance with contract documents. 2. CONTRACT DOCUMENTS All work covered by this contract shall be done in accordance with contract documents described in the Gen- eral Conditions. ALL bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 3. PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge of forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders. 4. TIME AND ORDER FOR COMPLETION The construction covered by the contract documents shall be substantially completed by March 1, 1991 and final completion by April 1, 1991. The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so sub- mitted, the City may direct the Contractor to take such action as the City deems necessary to insure comple- tion of the project within the time specified. 5. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 6. AFFIDAVITS OF BILLS PAID 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. -5- 7. MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for pro- tecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provi- sion. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality which the Owner believes necessary to procure a satisfactory project. 8. GUARANTEES All equipment and materials incorporated in the project and all construction shall be guaranteed against de- fective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 9. 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 di- rectly to the Contractor. The Contractor shall then distribute copies of plans and specifications to sup- pliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Con- tractor. 10. PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materi- als, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construc- tion, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City re- serves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed.jobs of a similar nature to the one covered by the proposed contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. 11. TEXAS STATE SALES TAX This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the ma- terials to be incorporated into the work without paying the tax at the time of purchase. -6- 12. PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construc- tion of the project contemplated by these contract documents. The City of Lubbock agrees that it will fur- nish Contractor the location of all such underground lines and utilities of which it has knowledge. How- ever, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such under- ground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 13. BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger sig- nals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and Lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and re- placed by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barri- cades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 14. EXPLOSIVES 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 blast- ing. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. .d+ Explosive materials shall not be stored or kept at the construction site by the Contractor. In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 15. CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the 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. .- 16. INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do, business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written -7- notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subroga- tion. The insurance certificates furnished shall name the City as an additional insured and shall further state that all subcontractors are named as additional insureds, or in the alternative, shall be accompanied by a statement from the Contractor to the effect that no work on this particular project shall be subcontracted. 17. LABOR AND WORKING HOURS Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate which 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 there- under. The inclusion of the schedule of general prevailing rate of per diem wages in these contract docu- ments does not release the Contractor from compliance with any wage law that may be applicable. Construc- tion work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: (1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. (2) Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 18. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deduc- tions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. -8- r-• 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. 19. PROVISIONS CONCERNING ESCALATOR CLAUSES Proposals submitted containing any conditions which provide for changes in the stated bid price due to in- creases or decreases in the cost of materials, labor or other items required for the project will be re- jected and returned to the bidder without being considered. 20. PREPARATION FOR PROPOSAL The bidder shall submit his proposal on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price both in words and numerals, for which he proposes ^' to do the work contemplated or furnish the materials required. Such prices shall be written in ink, dis- tinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. If the proposal is submitted by an indi- vidual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: (a) Bidder's name (b) Proposal for (description of the project). Bid proposals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no proposal may be withdrawn or altered thereafter. ..� 21. BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the fol- (owing: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Proposal. (d) Statutory Bond (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates. (j) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. -9- (This page left blank intentionally) P.- A- BID PROPOSAL -10- (This page left blank intentionally) BID PROPOSAL BID FOR LUMP SUM CONTRACTS PLACEZUO b Q Ck . / C }lG_t DATEI"q,-e'lj .�O f 1 !/ qo •^ PROJECT NO. Z�. ; h �� 3 /O 3 - 5,43 9 Proposal of SEA OOle C-D"S IA -el c/ �O� �D, (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) .., •- Gentlemen: 4r;. The Bidder, in compliance with your invitation for bids for the construction of a n having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other re-lated contract documents and the site of the proposed work, and being familiar with all of the conditions surround- ing the construction of the proposed project including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifica- tions and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents, of which this proposal is to be a part, is as follows: BID•Cf/iI42 1�ODO.O_Z3 � • Amount shall be shown in both words and figures. In case of discrepancy, the amount shown in words shall govern.) ...r '., 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 be substantially completed by March 1. 1991 and final completion by April 1. 1991 as stipulated in the specifications and other contract documents._ Bidder hereby further agrees to pay - T. to Owner as liquidated damages the sun of $1,000.00 (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 proposal shall be completed and submitted in accordance with in- '-7 struction number 20 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in •— the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. �.. r The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined x 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 inthecontract documents. -11- Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars (E ) or a Proposal Bond in the sum of . 7f % Dollars (S which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents and the required bond (if any) with the Owner within ten (10) days after the date of receipt of written notification ofacceptance of sa proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound Mid include all cc tract documents made available to him for his inspection in accordance with the Notice to Bidders. �hode �a���ruc fim� Contractor l r•f.S/O�C'vi4 (Seal if Bidder is a Corporation) ATTE Cv1/ Secre ry -12 DIG) SAFECO BID BOND Approved by The American Institute of Architects, A.I.A. Document No. A-310 (Feb. 1970 Edition) SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA FIRST NATIONAL INSURANCE COMPANY OF AMERICA HOME OFFICE: SAFECO PLAZA SEATTLE. WASHINGTON 98185 Bond KNOW ALL BY THESE PRESENTS, That we, RHODE CONSTRUCTION COMPANY as Principal, hereinafter called the Principal, and the SAFECO INSURANCE COMPANY OF AMERICA, of Seattle, Washington, a corporation duly organized under the laws of the State of Washington, as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF LUBBOCK as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT OF THE GREATEST AMOUNT BID----------- ------------ Dollars ($---- 5%--------- ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for EFFLUENT PUMP STATION BID NO. 10609 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 30TH Iday of MARCH f 19 90 Witness Witness RHODE CONSTRUCTION COMPANY (Seal) Principal CARMAN G. RHODE, PRESIDENT Title SAFECO URANCE ANY OF AMERICA By CARLA WADDELL ,Attorney -in -Fact J-;)-cr RV uiD Registered trademark of SAFECO Corporation. PRINTED IN U.S.A. •^ POWER SAFECO INSURANCE COMPANY OF AMERICA OF ATTORNEY f GENERAL INSURANCE COMPANY OF AMERICA �. HOME OFFICE: SAFECO PLAZA SAFECO SEATTLE, WASHINGTON 98185, 8035 No. ._ KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA i:rd GENERAL INSURANCE COMPANY OF AMERICA,each a Washington corporation, does each hereby appoint ---------------HOWARD COWAN; CARLA WADDELL; KEVIN J. DUNN, Lubbock, Texas ------------ its true and lawful attorneys) -in -fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issueo in the course of its business, and to bind the respective company.thereby IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 21st____ day 'of November 19 89 CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA ,., and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. — FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority r. to appoint individuals as attorneys -in -fact- or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business ... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any n instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power -of -attorney appointment, executed pursuant thereto, and (iii) Certifying that said power -of -attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Boh A. Dickey, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of / Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. S 974R10 3- 86 r- PAYMENT BOND -13- (This page left blank intentionally) .., v-^ BOND CHECK STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160 BEST RATING OF THE REVISED CIVIL STATUTES OF TEXAS LICENSED {pI�EAS AS AMENDED BY DATES "P BY ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION, 1959 RHOI)E CONSTRUCTION COMPANY KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principat(s), and SAFECO INSURANCE CO. OF AMERICA (hereinafter called the Surety(s), as:Surety(s , aFe hmld a firml bo unto the City of Lubbock (hereinafter called the Obligee), in the amount ofout' .c am �a� 2LO /00 Dollars (Sf� / 3 d', WO) Lawfut money of the United States for the payment whereof, t e said Principal and Surety bind themselves, and their heirs, adminis- trators, 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 'day of 19g0 , to 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 sub -contractor in the prosecution of the work provided for in said con- tract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by Acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. -14- n 1N WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of 19Q0 — SAFECO INSURANCE CO. OF AMERICA Principal RODE OONSTYC MPANY By: By: (Title) (Title) (Title) Surety The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby des- ignates R agent resident in Lubbock County to whom any requisite notices may be delivered and on whom vice of process may be had in matters arising out of such suretyship. SAFECO INSURANCE Cp. OF AMERICA Approved as to form: City of Lubbock 1 By. City Attorney Surety *By: / '] G�CY�%v (Title) ATTY IN FACT) *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. DISCLOSURE OF GUARANTY FUND NONPARTICIPATION Iri the event the ir;c::rer (Surety) is unable tofVill its contrac tual obligat e:; pRol cy or contract or v-pplication or certifica' ­- c . ei` tho policyholder or certificatehcld r is not protxtrd by an insurance guaranty fund or. other. solvency protection arrangement,, (806) 794-5861 -15- POWER SAFECO INSURANCE COMPANY OF AMERICA OF ATTORNEY GENERAL INSURANCE COMPANY OF AMEBIC, 1r HOME OFFICE: SAFECO PLAZA SAFECO SEATTLE, WASHINGTON 98185. 8035 No. ._ KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA a,id GENERAL INSURANCE COMPANY OF AMERICA,each a Washington corporation, does each hereby appoint ---------------HOWARD COWAN; CARLA WADDELL; KEVIN J. DUNN, Lubbock, Texas----- ------ its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company.thereby IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 21st ____day of November 19 89 CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. — FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys- in -fact- or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business ... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power -of -attorney appointment, executed pursuant thereto, and (iii) Certifying that said power -of -attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Boh A. Dickey, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. S 974 RIO 3, 86 111 c n PERFORMANCE BOND -16- (This page left blank intentionally) r- BOND CHECK STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE 5160 BEST, RATING OF THE REVISED CIVIL STATUTES OF TEXAS AS AMENDED BY LICENSED IN TEXAS ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION 1959 DATE BY --, RHODE CONSTRUCTION COMPANY KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and .� SAFECO INSURANCE GO. Of AMERICA (hereinafter called the Surety(s),.as uret (s) rree `heL,"a Wmty In nto the City of Lubbock (hereinafter called the Obligee), in the amount of Dollars8,000) lawful money of the United States for the payment whereof, the said Prin ipal and Surety bind themselves, and their heirs, administra- tors, executors, successors and assigns, jointly and severally, firmly by these presents. ..� WHEREAS, the Princ' l has entered into a certain written contract with the Obligee, dated the�o day of 1Y_L._Q to 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 r-� same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully ,per r-• form 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. P_ PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by Acts of the 56th Legislature, regular session 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of 191�Q. MFECO INSURANCE CO. OF AMERICA RHODE CONSTRUCTION COMPANY :Surety Principal f BY (Title) *By: / r GS/�/elri� (Title) By: (Title) -17- ThLe b 'to"Nompany represents that it is duly qualified to do business in Texas, and hereby designated e an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom soryi,c„o of process may be had in matters arising out of such suretyship. SAFECO INSURANCE CO. Of AMERICA Surety BY: (Title) ATTY IN FACT; Approved as to Form City o 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. DISCLOSURE OF GUARANTY FUND NONPARTICIPATION In the event t;,e insurer (eGreay) is unable tofulflll its contras- tual obli t ticn U: dr this policy or contract or application or certificate or WOOnce cf coverage, ti'rs policyholder or certificateholder is not protected by an insurance guaranty, fund ox other: solvency_ protection arrangement. (806) 794-58BI -1a- ,6 POWER. SAFECO INSURANCE COMPANY OF AMERICA OF ATTORNEY GENERAL INSURANCE COMPANY OF AMERICA HOME OFFICE SAFECO PLAZA SAFECO SEATTLE, WASHINGTON 98185, 8035 No. KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA <.t�d GENERAL INSURANCE COMPANY OF AMERICA,each a Washington corporation, does each hereby appoint ---------------HOWARD COWAN; CARLA WADDELL; KEVIN J. DUNN, Lubbock, Texas its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company.thereby IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 21st _ day of November CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. — FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys- in -fact- or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business ... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power -of -attorney appointment, executed pursuant thereto, and (iii) Certifying that said power -of -attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Boh A. Dickey, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed �the Qfacsimile seal of aid corporation this day of 19 S-974 R10 3/86 PRINTED IN U SA CERTIFICATE OF INSURANCE -19- (This page left blank intentionally) UE DATE (MM/OOIYY) PRODUCER THE INWEST GROUP P.O. BOX 53910 LUBBOCK, TEXAS 79453 INSURED RHODE CONSTRUCTION COMPANY P.O. BOX 53370 LUBBOCK, TX 79453 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE COMPANY LETTER A THE ST. PAUL INSURANCE COMPANY COMPANY H LETTER COMPANY rr LE TER COMPANY D LETTER ... COMPANY E LETTER • THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDI- TIONS OF SUCH POLICIES. r— a-. CO LTR TYPE OF INSURANCE I POLICY NUMBER POLICY EFFECTNE LATE IMM/OC Y i PCLICY EXP!RA7'0N CAE (MMIOC,IY) ALL LIMITS IN THOUSANDS GENERAL LIABILITY SENEFAL AGG.=ELATE � ^S(1 A COMMERCIAL GENERAL LI BILITY PRCCUCTS-COMP CPS AGGREGATE — II S 000 CLAIMIS MACE IX zc.;RRENCE 691NH5887 10/1/89 10/1/90 �:-sc at;=s`r__-ssc .. �� ;S1000 OINNE-i'S & CONTRACTORS PnOTECTI:'E EACr CCC ?PEACE :kSi000 Z,REE DAMAGE ANY ONE FIRE) IS 5Q MEDICAL EXPENSE ANY ONE PSP.SONI $ AUTOMOBILE LIABILITY ANY AUTO CSL $ 1000 A ALL OWNED AUTOS SCHEDULED AUTOS 691NH5887-1 10/1/89 10/1/90 d004Y P�ERR?RSON) $ MOILY NJURY 210ENT1 HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE GARAGE LIABILITY A EXCESS LIABILITY X 591TX7524 10/1/89 10/1/90 EACH AGGREGATE OCC:RRENCE $10,000 $10,000 OTHER TFIAN UMBRELLA FORM STA-1UJTC;11 $ 500 1EA04 ACCIDENT) A WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY WV09201809 10/1/89 10/1/910 $ 500 (DISEASE -POLICY LIMIT) $ 500 iOISEEASE-EACH EMPLOYEE-: OTHER A Owner's & Contra tor's Protection Liabi ity 591TE4539 5/2/90 5/2/91 $500,000 aggregate %500,000 each occure DESCRIPTION OF OPERATIONS/LOCATIONS! VEHICLES I RESTRICTIONS I SPECIAL ITEMS RE: Bid #10609 - Effluent Pump Station for the amount of $1,138,000. Certificate holder is an additional insured. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- C i t y of Lubbock PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO P . 0. BOX 2000 MAIL 30 GAYS `NRI i EN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE Lubbock, TX LEFT. BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND' ON THE CCAMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRES t/T�IVE /� CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: Type of Lubbock, Texas Project: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, in- sured by this Company with respect to the business operations hereinafter described, for the types of insurance and in accordance with the provisions of the standard policies used by this Company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE Policy No. Effective Expires Limits of Liability ------------------------------------------------------------• ------------------------------ Workmen's --------------------- Compensation -------------------------------------------------------------------------------------------------------------------- Owner's Protec- Per Person S tive or Contin- Per Occurrence S gent Liability -------------------------------------------------------------------------------------------------------------------- Property Damage S Contractor's Per Person $ Protective or Per Occurrence S .. Contingent Property Damage $ Liability -------------------------------------------------------------------------------------------------------------------- Per Person $ r-• Automobile Per Occurrence S -------------------------------------------------------------------------------------------------------------------- Property Damage $ -• Comprehensive General Liability -------------------------------------------------------------------------------------------------------------------- $ �„ Umbrella Liability $ 0-. -------------------------------------------------------------------------------------------------------------------- The foregoing Policies (do) (do not) cover all sub -contractors. Locations Covered DESCRIPTION of Operations Covered 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 THIS CERTIFICATE MUST BE SENT TO THE OWNER. (Name of Insurer) By:_ Title -20- (This page left blank intentionally) CONTRACT (This page left blank intentionally) CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 26th day of AariL 1990, by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through B.C. McMinn, Mayor, thereunto authorized to do so, hereinafter referred to as OWNER, and Rhode Construction Co. of the City of LUBBOCK, County of LUBBOCK and the State of TEXAS, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CON, - TRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as foL- Lows: Bid # 10609 - EFFLUENT PUMP STATION FOR THE AMOUNT OF $1,138,000.000 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 ==sue been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CITY OF LUBBOCK, TEXAS (OWNER) Q • By/J MAYOR APPROVED AS TO FORM: ATTEST: Cor rate Secretary Rhode Construction Co. CONTRACTOR TITLE: mil' e.5 hf COMPLETE ADDRESS: 8207 Ithaca Lubbock. TX 79423 -22- (This page left blank intentionally) r-- GENERAL CONDITIONS OF THE AGREEMENT f-- -23- (This page left blank intentionally) GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or the expression Party of the First Part, or First Party, are used in this con- tract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or the expression Party of the Second Part, or Second Party, is used, it shall be understood to mean the person, persons, co -partnership or corporation, to -wit: Rhode Construction Co., who has agreed to perform the work embraced in this contract, or to his or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to DAN HAWKINS, DIRECTOR OF WATER UTILITIES, WATER UTILITIES OPERATIONS, City of Lubbock, under whose supervision these contract documents, including the plans and specifications, were prepared, and who will inspect constructions; or to such other representative, supervisor, or inspector as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisor or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or men acting in behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract documents shall consist of the Notice to Bidders, General Instructions to Bidders, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for his inspection in accordance with the Notice to Bidders. 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. Whenever in the Specifications or drawings accompanying this agreement, the terms of description of various qualities relative to finish, workmanship, or other qualities of similar kind which cannot, from their na- ture, be specifically and clearly described and specified, but are necessarily described in general terms, -� the fulfillment of which must depend on individual judgment, then, in all such cases, any question of the fulfillment of said Specifications shall be decided by the Owner's Representative, and said work shall be done in accordance with his interpretations of the meaning of the words, terms, or clauses defining the character of the work. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no re- sponsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated ■^ by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. -24- 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to him who gives the notice. 8. WORK Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract docu- ments. Unless otherwise specified, all materials shall be new and both workmanship and materials shaLL be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. ALL work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract docu- ments has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for Laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's Layout of all major structures and any other Layout. work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly Locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished with one copies of all Plans, Profiles and Specifications without expense to him and he shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress of quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract docu- ments. He will not be required to make exhaustive or continuous on -site inspections to check the quality or quantity of the work, nor will he be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. His efforts will be directed towards providing assurances for the Owner that the completed project will conform to the requirements of the contract docu- ments, but he will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. On the basis of his on -site observations, he will keep the Owner informed of the progress of the work and will endeavor to guard the Owner against defects and deficiencies in the work of the Contractor. -25- 13. LINES AND GRADES All lines and grades shall be furnished by the Owner's Representative whenever necessary for the commence- ment of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend his work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Con- tractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Repre- sentative ample notice of the time and place where lines and grades will be needed. ALL stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by him, his Subcontractors, or his employees, such stakes, marks, etc., shall be replaced by the Owner's Representa- tive at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative shall review all work included herein. He has the authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the contract. In order to permit delays and disputes and to discourage litigation, it is further agreed that the Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under this contract. He shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The Owner's Representative's estimates and findings shall be conditions precedent to the right of the parties hereto to arbitration or to any action on the contract, and to any rights of the Contractor to receive any money under this contract; provided, however, that should Owner's Representative render any decision or give any direction, which in the opinion of either party hereto, is not in accordance with the meaning and intent of this contract, either party may file with said Owner's Representative within 30 days his written objection to the decision or direction so rendered, and by such action may reserve the right to submit the questions so raised to arbitration as hereinafter provided. It is the intent of this Agreement that there shall be no delay in the execution of the work, therefore, written decisions or direc- tion of the Owner's Representative as rendered shall be promptly carried out, and any claim arising there- from shall be thereafter adjusted to arbitration as hereinafter provided. The Owner's Representative shall, within a reasonable time, render and deliver to both the Owner and the Contractor a written decision on all claims of the parties hereto and on all questions which may arise rela- tive to the execution of the work or the interpretation of the contract, specifications and plans. Should the Owner's Representative fail to make such decision within a reasonable time, an appeal to arbitration may be taken as if his decision had been rendered against the party appealing. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative ,.- may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Con- tractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within six (6) days make written appeal to the Owner's Representative for his decision. -26- 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in his absence and all directions given to him shall be binding as if given to the Contractor. Adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Con- tractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives will not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of his agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the na- ture and location of the work, the confirmation of the ground, the character, quality and quantity of mate- rials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way effect the work under this contract. No verbal agreement or conversation with any officer, agent, or employee of the Owner, either before or after the execution of this contract, shall effect or modify any of the terms or obligations herein contained. 18. CHARACTER OF WORKMEN The Contractor agrees to employ only orderly and competent men, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform him in writing that any man or men on the work, are, in his opinion, incompetent, unfaithful, or dis- orderly, such man or men shall be discharged from the work and shall not again be employed on the work with- out the owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecu- tion and completion of this contract where it is not otherwise specifically provided that Owner shall fur- nish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public ob- servation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. -27- 21. OBSERVATION AND TESTING p-- The Owner or Owner's Representative shall have the right at all reasonable times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such obser- vation and testing at any location wherever work is in preparation or progress. Contractor shall ascertain ^" the scope of any observation which may be contemplated by Owner or Owner's Representative and shall give am- ple notice as to the time each part of the work will be ready for such observation. Owner or Owner's Rep- resentative may reject any work found to be defective or not in accordance with the contract documents, re- gardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Observer has previously accepted the work through oversight or otherwise. If any work should be covered without approval or consent of the Owner, it must, if requested by owner or Owner's Repre- sentative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representa- tive to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representa- tive, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspec- tions, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approval, and any work which meets the requirements of any such tests or approval but does not meet the requirements of the contract documents shall be considered defective. Such defective work shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under this agreement to make such inspections, tests, or approvals shall relieve the Contractor from his obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is further agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owners' Representative as un- suitable or not in conformity with plans, specification and contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and re- build or otherwise remedy such work so that it shall be in full accordance with this contract. It is fur- ther agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. .., 23. CHANGES AND ALTERATIONS The Contractor further agrees, that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they in- crease the amount of work, 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 Mork. In -28- case the Owner shall make such changes or alterations as shall make useless any work already done or mate- rial already furnished or used in said work, then the owner shall recompense the Contractor for any material or labor so used, and for any actual loss occasioned by such change, due to actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the owner or Owner's Representative to be done by the Contractor to accomplish any change, al- teration or addition to the work as shown on the plans and specifications or contract documents and not cov- ered by Contractor's proposal, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representa- tive when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is com- menced, then the Contractor shall be paid the actual field cost of the work, plus fifteen (15%) per cent. In the event said extra work be performed and paid for under Method (C), then the provisions of this para- graph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workmen's Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these mat- ters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machin- ery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and com- pensate him for his profit, overhead, general superintendence and field office expense, and all other ele- ments of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which he should receive compensation or an adjustment in the construction time, he shall make written request to the Owner's Repre- sentative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative in- sists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C). The Contractor will thereby preserve the right to submit the matter of payment to arbi- tration as herein below provided. -29- 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of this contract that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the r^ intent of these contract documents as interpreted by Owner's Representative. If the Contractor finds any discrepancies or omissions in these plans, specifications, or contract documents, he should notify the Owners' Representative and obtain a clarification before the bids are received, and if no such request is received by the Owner's Representative prior to the opening of bids, then it shall be considered that the Contractor fully understands the work to be included and has provided sufficient sums in his proposal to complete the work in accordance with these plans and specifications. It is further understood that any re- quest for clarification must be submitted no later than five days prior to the opening of bids. 26. RIGHT OF 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 speci- fied, the Contractor shall, if so ordered in writing, increase his force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC The Contractor shall take out and procure a policy or policies of Workmen's Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workmen's 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, his sureties and insurance carriers shall defend, indem- nify and save harmless the Owner and all of its officers, agents and employees from all suits, actions, or claims of any character whatsoever, brought for or on account of any injuries or damages received or sus- tained by any person or persons or property, on account of any negligent act or fault of the Contractor or any subcontractor, their agents or employees, in the execution and supervision of said contract, and the project which is the subject matter of this contract, on account of the failure of Contractor or any subcon- tractor to provide necessary barricades, warning lights, or signs and will be required to pay any judgment with costs which may be obtained against the Owner or any of its officers, agents, or employees including attorney's fees. The safety precautions taken shall be the sole responsibility of the Contractor, in his sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the owners or the Owner's Representative concerning omissions under this paragraph as the work pro- gresses, are intended as reminders to the Contractor of his duty and shall not be construed as any assump- tion of duty to supervise safety precautions by either the Contractor or any of his subcontractors. .30- 28. CONTRACTOR'S INSURANCE The Contractor shall procure and carry at his sole cost and expense through the life of this contract, in- surance protection as hereinafter specified. Such insurance shall be carried with an insurance company au- thorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A. Comprehensive General Liability Insurance The contractor shall have Comprehensive General Liability Insurance with limits of $300,000 Bodily Injury and $300,000 Property Damage per occurrence to include: Premises and Operations Explosion & Collapse Hazard Underground Damage Hazard Products & Completed operations Hazard Contractual Liability Independent Contractors Coverage Personal Injury (with exclusion "c" waived) The City is to be named as an additional insured on this policy for this specific job, and copy of the endorsement doing so is to be attached to the Certificate of Insurance. B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance. The Contractor shall obtain an Owner's Protective or Contingent Public Liability Insurance policy naming the City of Lubbock as insured and the amount of such policy shall be as follows For bodily injuries, including accidental death, $500,000 per occurrence, and $100,000 for Property Damage. C. Comprehensive Automobile Liability Insurance The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury $250/500,000 Property Damage $100,000 to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non - owned Vehicles. The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Builder's Risk Insurance The Contractor shall obtain a Builder's Risk policy in the amount of (100% of poten- tial loss) naming the City of Lubbock as insured. -31- E. Excess or Umbrella Liability Insurance The Contractor shall have Excess or Umbrella Liability Insurance in the amount of ($1,000,000 minimum) with coverage to correspond with Comprehensive General Liability and Comprehen- sive Automobile Liability coverages. The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. F. Worker's Compensation and Employers Liability Insurance As required by State statute covering all employees whether employed by the Contractor or any Sub- contractor on the job with Employers Liability of at least $100,000 Limit. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named in- sured at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) con- tained in the job specifications. No substitute of nor amendment thereto will be accept- able. 29. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS. LABORERS. MATERIALMEN. AND FURNISHERS OF MACHINERY. EQUIPMENT AND SUPPLIES The Contractor agrees that he will indemnify and save the Owner harmless from all claims growing out of any demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, power tools, all suppliers, including commissary, incurred in the furtherance of the performance of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five (5) days after demand is made, then Owner may, during the period for which such indebtedness -32- shall remain unpaid, withhold from the unpaid portion of this contract, a sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to discharge any such indebtedness. Any and all communications between any party under this paragraph must be in writing. 30. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The contractor shaLL pay all royalties and license fees, and shall provide for the use of any design, de- vice, material or process covered by letters patent or copyright by suitable legal agreement with the Paten- tee or Owner thereof. The Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the owner harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or.the product of a particular manufacturer or manufacturers is speci- fied or required in these contract documents by Owner; provided, however, if choice of alternate design, de- vice, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner harm- less from any loss on account thereof. If the material or process specified or required by owner is an in- fringement, the Contractor shall be responsible for such loss unless he promptly gives written notice to the Owner of such infringement. 31. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner effect the contract or the work, and shall indemnify and save harmless the Owner against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor or his employees. If the Contractor observes that the plans and specifications are at variance therewith, he shall promptly notify the Owners' Representative in writing and any necessary changes shall be adjusted as provided in the contract for changes in the work. If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, he shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, in- sofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 32. ASSIGNMENT AND SUBLETTING The Contractor further agrees that he will retain personal control and will give his personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from his full obligations to the Owner, as provided by this contractual agreement. 33. TIME FOR COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced on a date to be specified in the Notice to Proceed. If the Contractor should neglect, fail, or refuse to complete the work within the time herein specified, or any proper extension thereof granted by the Owner, then the Contractor does hereby agree as part of the con- sideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $1,000.00 CONE THOUSAND DOLLARS) PER DAY, not as a penalty, but as liquidated -33- breach of the contract as herein set forth for each and every calendar day that the Contractor shall be in default after the time stipulated for completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the com- pletion of the work described herein is reasonable time for the completion of the same, taking into consid- eration the average climatic change and conditions and usual industrial conditions prevailing in this local- ity. The amount is fixed and agreed upon by and between the Contractor and the Owner because of the impractica- bility and extreme difficulty in fixing and ascertaining actual damages the Owner would in such event sus- tain, and the amount is agreed to be damages the Owner would sustain and shall be retained by the Owner from current periodical estimates for payments or from final payment. It is further agreed and understood between the Contractor and owner that time is of the essence of this contract. 34. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Con- tractor shall be allowed to prosecute his work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contact, the plans and specifications, and within the time of completion designated in the proposals; provided, also, that when the Owner is having other work done, either by contract or by his own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor proposes to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the sev- eral parts. 35. EXTENSION OF TIME The Contractor agrees that he has submitted his proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 33 hereinabove set forth and that he shall not be entitled to, nor will he request, an extension of time on this contract, except when his work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the owner or other contractors employed by the owner, or by changes ordered in the work, or by strike, walk -outs, acts of God or the public enemy, fire or flood. The Contractor may apply in writing for an ex- tension of time, submitting therewith all written justification as may be required by Owner's Representative for such an extension as requested by Contractor. The Owner's Representative within ten (10) days after re- ceipt of a written request for an extension of time by the Contractor supported by all requested docu- mentation shall then submit such written request to the City Council of the City of Lubbock for their con- sideration. Should the Contractor disagree with the action of City Council on granting an extension of time, such disagreement shall be settled by arbitration as hereinafter provided. 36. HINDRANCE AND DELAYS In executing the contract agreement, the Contractor agrees that in undertaking to complete the work within >. the time herein fixed, he has taken into consideration and made allowances for all hindrances and delays in- cident to such work, whether growing out of delays in securing material or workmen or otherwise. No charge -34- shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 37. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, Mess otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals of- fered for the work. It is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 38. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and he shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. The Contractor agrees to indemnify, save and hold harmless the Owner against any claim or claims for damages due to any injury to any adjacent or adjoining property, arising or growing out of the perfor- mance of this contract, but such indemnity shall not apply to any claim of any kind arising out of the exis- tence or character of the work. 39. PRICE FOR WORK In consideration of the furnishing of all necessary Labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by him and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 40. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of de- fective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the con- tract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against owner which have not theretofore been timely filed as provided in this contract. -35- 41. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an applica- tion for partial payment. Owner's Representative shall review said application for partial payment and the progress of the work made by the Contractor and if found to be in order shall prepare a certificate for par- tial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month; said statement shall also include the value of all sound ma- terials delivered on site of the work that are to be fabricated into the work. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may �. be retained by owner under the terms of this agreement. It is understood, however, that in case the whole work be near to completion, and this fact is certified to by Owner's Representative and some unexpected and some unusual delay occurs due to no fault or negligence on the part of the Contractor, the Owner may upon written recommendation of Owner's Representative pay a reasonable and equitable portion of the retained per- centage due Contractor. 1, 42. FINAL COMPLETION AND ACCEPTANCE Within thirty-one (31) days after the Contractor has given the Owner's Representative written notice that the work has been completed or substantially completed, the Owner's Representative and the Owner shall in- spect the work and within said time, if the work be found to be completed or substantially completed in ac- cordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor his certificate of completion, and thereupon it shall be the duty of the Owner within thirty-one (31) days to issue a certificate of acceptance of the work to the Contractor. 43. FINAL PAYMENT .e Upon the issuance of the certificate of completion, the Owner's Representative shall proceed to make final measurement and prepare a final statement of the value of all work performed and materials furnished under the terms of the agreement, and shall certify same to the Owner, who shall pay to the Contractor on or be- fore the 31st day after the date of certificate of completion, the balance due Contractor under the terms of this agreement, provided he has fully performed his contractual obligations under the terms of this con- tract; and said payment shall become due in any event upon said performance by the Contractor. Neither the r, certificate of acceptance nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the special condi- tions (if any) of this contract or required in the specifications made a part of this contract. 44. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK Contractor shall promptly remove from Owners' premises all materials condemned by the Owner's Representative on account of failure to conform to the contract, whether actually incorporated in the work or not, and Con- tractor shall at his own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. if Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the owner or the owner's Representative, Owner may remove and replace it at Contractor's expense. 45. CORRECTION OF WORK AFTER FINAL PAYMENT Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of responsibility for faulty materials or workmanship, and he shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the -36- date of substantial completion. The Owner or the Owner's Representative shall give notice of observed de- fects with reasonable promptness. 46. PAYMENT WITHHELD The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certificate to such extent as may be necessary to protect himself from loss on account of: (a) Defective work not remedied. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor. (d) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, which will protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them. 47. TIME OF FILING CLAIMS It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) days after the Owner's Representative has given any directions, order or instruction to which the Contractor desires to take exception. The Owners' Representative shall reply to such written exceptions by the Contractor and render his final decision in writing. in case the Contractor should appeal from the decision of the Owner's Representative, any demand for arbitration shall be filed with the Owner's Representative and the Owner in writing within ten (10) days after the date of delivery to Contractor of the final decision of the Owner's Representative. It is further agreed that final acceptance of the work by the Owner and the acceptance by the Contractor of the final payment shall be a bar to any claim by either party, except where noted other- wise in the contract documents. 48. ARBITRATION All questions of dispute under this agreement shall be submitted to arbitration at the request of either party to the dispute. The parties may agree upon one arbitrator, otherwise, there shall be three; one named in writing by each party and the third chosen by the two arbiters selected; or if the arbiters fail to se- lect a third within ten (10) days, he shall be chosen by the District Judge, 72nd Judicial District of Texas. Each arbiter shall be a resident of the City of Lubbock. Should the party demanding arbitration fail to name an arbiter within ten (10) days of the demand, his right to arbitrate shall lapse, and the de- cision of the Owner's Representative shall be final and binding on him. Should the other party fail to choose an arbiter within ten (10) days, the Owner's Representative shall appoint such arbiter. Should ei- ther party refuse or neglect to supply the arbiters with any papers or information demanded in writing, the arbiters are empowered by both parties to take Ex Parte Proceedings. The arbiters shall act with promptness. The decision of any two shall be binding on both parties to the contract, unless either or both parties shall appeal within ten (10) days from date of the award by the ar- biters, and it is hereby agreed that each party shall have the right of appeal and all proceedings shall be according to and governed by Arbitration Statutes of Texas, being Article 224, et seq., Vernon's Annotated Civil Statutes. THE DECISION OF THE ARBITERS UPON ANY QUESTION SUBMITTED TO ARBITRATION UNDER THIS CONTRACT SHALL BE A CONDITION PRECEDENT TO ANY RIGHT OF LEGAL ACTION. -37- The arbiters, if they deem the case demands it, are authorized to award the party whose contention is sus- tained, such sums as they deem proper for the time, expense and trouble incident to the appeal, and if the appeal was taken without reasonable cause, they may award damages for any delay occasioned thereby. The ar- biters shall fix their own compensation, unless otherwise provided by agreement, and shall assess the costs and charges of the arbitration upon either or both parties. The award of the arbiters must be made in writ- ing and shall not be open to objection on account of the form of proceedings or award. 49. ABANDONMENT BY CONTRACTOR In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written notification from the Owner or the Owner's Representative, or if the Contractor fails to comply with the or- ders of the Owner's Representative, when such orders are consistent with this contract, this Agreement, or the Specifications hereto attached, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. After receiving said notice of abandonment, the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In case the Surety should fail to commence compliance with the notice for completion hereinbefore provided for within ten (10) days after service of such notice, then the Owner may provide for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and sup- plies 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 com- pleted by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been com- pleted by said Contractor, then the Contractor and/or his Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspa- per having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. However, should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. When the work shall have been substantially completed, the Contractor and his Surety shall be so notified and certificates of completion and acceptance, as provided in paragraph 42 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certificate of completion. -38- In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machin- ery, equipment, tools, materials, or supplies which remain on the *jobsite and belong to persons other than the Contractor or his Surety, to their proper owners. 50. ABANDONMENT BY OWNER In case the owner shall fail to comply with the terms of this contract, and should fail or refuse to comply with said terms within ten (10) days after written notification by the Contractor, then the Contractor may suspend or wholly abandon the work, and may remove therefrom all machinery, tools, and equipment, and all materials on the ground that have not been included in payments to the Contractor and have not been incorpo- rated into the work. Thereupon, the Owner's Representative shall make an estimate of the total amount earned by the Contractor, which estimate shall include the value of all work actually completed by said Con- tractor at the prices stated in the the attached proposal, the value of all partially completed work at a fair and equitable price, and the amount of all Extra Work performed at the prices agreed upon, or provided for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the Con- tractor to carry the whole work to completion, and which cannot be utilized. The Owner's Representative shall then make a final statement of the balance due the Contractor by deducting from the above estimate all previous payments by the Owner and all other sums that may be retained by the Owner under the terms of this Agreement, and shall certify same to the owner who shall pay to the Contractor on or before thirty (30) days after the date of the notification by the Contractor the balance shown by said final statement as due the Contractor, under the terms of this Agreement. 51. BONDS The successful bidder shall be required to furnish a performance bond and payment bond in accordance with Article 5160, Vernon's Annotated Civil Statutes in the amount of 100% of the total contract price, in the event said contract price exceeds $25,000.00. If the contract price does not exceed $25,000.00, the statu- tory bonds will not be required. All bonds, if required, shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. And it is fur- ther agreed that this contract shall not be in effect until such bonds are so furnished. 52. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special con- ditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. -39- 0 53. LOSSES FROM NATURAL CAUSES Unless otherwise specified herein, all loss or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 54. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and au- thority to direct, supervise, and control his own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to ob- serve Contractor's work during his performance and to carry out the other prerogatives which are expressly reserved to and vested in the owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 55. CLEANING UP - The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work he shall remove all such debris and also his tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. -40- (This page left blank intentionally) r- CURRENT WAGE DETERMINATIONS -41- (This page left blank intentionally) •-; Resolution #2502 January 8, 1987 Agenda Item #18 DGV:da OCCn1 IITTMI 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., Arta 5159a; and WHEREAS, such wage rates were established by Resolution No. 719 enacted February 12, 1981, updated by Resolution No. 1590 enacted February 23, 1984; and WHEREAS, such rates need to be updated at the present time in order '— to reflect the current prevailing rate of per diem wages; NOW THEREFORE: BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the general prevailing rate of per diem wages for public works ,contracts shall be as set forth in the following named exhibits, which . exhibits shall be.attached hereto and made a part hereof for all intents and purposes: Exhibit A: Building Construction Trades Exhibit B: Paving and Highway Construction Trades Exhibit C: Electrical Trades Exhibit D: Overtime Rate Exhibit E: Weekend and Holiday Rate Such wage rates are hereby found and declared to be the general prevailing rate of per diem wages in all localities where public works are undertaken ' on behalf of the City of Lubbock and such wage rates shall be included in all public works contracts as provided by law. Passed by the City Council this 8th day of January 1987. B.C. McMINN, MAYOR -- Ranettc-Boyd, City Secretary v APPROVED ;!) ONTENT: APPROVED AS TO FORM: ;- Bi 1 P yne, D rector of Building �Idandiver, First Services Assistant City Attorney I— EXHIBIT A City of Lubbock Building Construction Trades Prevailing Rates Craft Acoustical Ceiling Installer Air Conditioner Installer Air Conditioner Installer -Helper Bricklayer Bricklayer -Helper Carpenter Carpenter -Helper Cement Finisher Drywall Hanger Electrician Electrician -Helper Equipment Operator - Heavy Light Floor Installer Glazier Insulator, Piping/Boiler Insulator -Helper Iron Worker Laborer, General Mortar Mixer Painter Plumber Plumber -Helper Roofer Roofer -Helper Sheet Metal Worker Sheet Metal Worker -Helper Welder - Certified Hourlv Rate $11.60 8.35 - 5.50 10.50 5.00 11.00 5.50 7.35 8.70 10.50 5.25 8.00 5.70 _ 8.00 7.50 9.50 - 5.00 7.30 4.75 5.60 8.75 9.25 6.00 7.65 4.75 8.75 5.50 8.00 EXHIBIT B Paving and Highway Construction Prevailing Wage Rates Craft Asphalt Heaterman Asphalt Shoveler Concrete Finisher Concrete Finisher -Helper Electrician Flagger Form Setter Form Setter -Helper Laborer, General Laborer, Utility Mechanic Mechanic -Helper POWER EQUIPMENT OPERATORS Asphalt Paving Machine Bulldozer Concrete Paving Machinist Front End Loader Heavy Equipment Operator Light Equipment Operator Motor Grade Operator. Roller Scraper Tractor Truck Driver - Light Heavy Hourlv Rate $5.25 4.75 7.35 4.75 10.50 4.75 6.50 5.50 4.75 5.80 6.50 6.00 6.00 5.25 6.50 5.85 6.40 6.40 8.00 5.25 5.25 5.50 5.25 5.25 EXHIBIT C Electric Construction Trades Prevailing Wage Rates Craft Hourly Rate Power Line Foreman $11.00 Lineman Journeyman 10.45 Lineman Apprentice Series 8.90 Groundman Series 7.25 EXHIBIT D Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) is 1 1/2 times base rate. EXHIBIT E Prevailing Wage Rates Weekend and Holiday Rate The rate for weekend and holiday is.l 1/2 times base rate. SPECIFICATIONS -42- (This page left blank intentionally) r-. TECHNICAL SPECIFICATIONS LUBBOCK, TEXAS EFFLUENT PUMPING STATION CONTRACT 2 BLACK & VEATCH Engineers -Architects Dallas, Texas Project 15388 1990 TABLE OF CONTENTS Sub iect Pages SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS 01015 Project Requirements 1 9 01300 Submittals 1 : 7 01400 Quality Control 1 : 2 01500 Temporary Facilities 1 4 01610 General 'Equipment Stipulations 1 7 01620 Equipment Schedule 1 01630 Pipeline Schedule 1 2 DIVISION 2 - SITEWORK 02220 Excavation 1 : 8 02612 Prestressed Concrete Cylinder Pipe 1 : 11 02630 Polyvinyl Chloride Pipe 1 : 3 02704 Pipeline Pressure and Leakage Testing 1 : 3 02840 Trench Protective Systems 1 : 2 DIVISION 3 - CONCRETE 03300 Cast -in -Place Concrete 1 : 16 03600 Grout 1 DIVISION 4 - MASONRY - Not Used DIVISION 5 - METALS 05550 Anchor Bolts and Expansion Anchors 1 : 2 05990 Structural and Miscellaneous Metals 1 : 7 DIVISION 6 - WOOD AND PLASTICS - Not Used DIVISION 7 - THERMAL AND MOISTURE PROTECTION 07160 Bituminous Dampproofing 1 07900 Caulking 1 : 2 DIVISION 8 - DOORS AND WINDOWS 08360 Sectional Upward Acting Door 1 : 2 DIVISION 9 - FINISHES 09900 Painting 1 : 9 DIVISION 10 - SPECIALTIES - Not Used (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) (15388 ) TC-1 P_ TABLE OF CONTENTS (Continued) Subiect Pafzes DIVISION 11 - EQUIPMENT 11110 Relocation of Existing Horizontal Split -Case Centrifugal Pumps and Electric Motor Starters 1 : 2 11140 Vertical Diffusion Vane Pumps 1 : 9 11180 Submersible Sump Pumps 1 : 4 . DIVISION 12 - FURNISHINGS - Not Used DIVISION 13 - SPECIAL CONSTRUCTION 13122 Metal Building Systems 1 : 5 DIVISION 14 - CONVEYING SYSTEMS 14630 Traveling Bridge Crane 1 : 5 DIVISION 15 - MECHANICAL 15060 Miscellaneous Piping 1 : 6 15061 Cast Iron Pipe 1 : 8 15062 Steel Pipe 1 : 12 15100 Miscellaneous Valves 1 : 4 15101 Butterfly Valves 1 : 6 15104 Resilient Seated Gate Valves 1 : 3 15130 Pressure Gauges 1 : 3 15140 Pipe Supports 1 : 3 15400 Plumbing 1 : 2 15500 Heating and Ventilating 1 : 6 DIVISION 16 - ELECTRICAL 16050 Electrical 1 : 15 16100 Major Electrical Equipment 1 : 6 16670 Lightning Protection System 1 (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) "" (15388 ) TC-2 TABLE OF CONTENTS (Continued) FIGURES Number Title 1-02612 Maximum Joint Opening for Deflected Rubber and Steel Joints - Prestressed Concrete Cylinder Pipe 1-15062 Dimensions for Steel Pipe Fittings 2-15130 Gauge Installation Details - Steel Pipe, 2-1/2 Inch and Larger 4-15130 Gauge Installation Details - Ductile Iron Pipe, 8 Inch and Larger 2-15140(a) Hangers and Supports 2-15140(b) Hangers and Supports 1-16050 600 Volt, Single Conductor Lighting Cable (THHN-THWN) 2-16050 600 Volt, Single Conductor Lighting/Power Cable (XHHW)" 3-16050 600 Volt, Multiconductor, No. 12 AWG Control Cable (THHN-THWN) APPENDIX Geotechnical Investigation (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) (15388 ) TC-3 Following Page 02612-11 15062-12 15130-3 15130-3 15140-3 15140-3 16050-15 16050-15 16050-15 Section 01015 - PROJECT REQUIREMENTS 1. GENERAL DESCRIPTION OF WORK. The Work to be performed under these Contract Documents consists of the construction of an effluent pumping station including a concrete foundation, a pre-engineered metal building system, five 2700 and two 1000 gpm vertical diffusion vane pumping units, five relocated pumping units, associated piping and valves, electrical equipment, heating and ventilating equipment, traveling bridge crane, and r. other miscellaneous items of work. 2.. WORK BY PUBLIC UTILITIES. The following work by the public utilities will be completed as part of this Contract. The electric utility, Lubbock Power & Light, will furnish and install a pad mounted transformer and all primary conduits, cable, and metering. All transformer connections will be by the electric utility. r-- 3. OTHER CONSTRUCTION CONTRACTS. Work at the site performed by others under a separate contract is Contract 1. This contract is anticipated to be awarded in April 1990, and provides for the construction of a 1266 acre-feet capacity earthen terminal storage reservoir including a high density polyethylene lining, suction cell, transfer structure, associated pipelines and other miscel- laneous work. The reservoir will be located approximately as indicated on the drawings. The Contractor shall coordinate installation of buried cable to transfer structure (Contract 1) such that cable is installed prior to installation of caliche road on reservoir embankment. 4. COORDINATION. Contractor shall plan, schedule, and coordinate his operations in a manner which will facilitate the simultaneous progress of the work included under Contract 1 outside the scope of these Contract Documents. The limits of the construction area are indicated on the drawings. The Contractor shall coordinate installation of buried cable to Transfer Structure (Contract 1) such that cable is installed prior to installation of caliche road on reservoir embankment. 5. OFFSITE STORAGE. Offsite storage arrangements shall be acceptable to 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 Engineer. .- 6. EQUIVALENT MATERIALS AND EQUIPMENT. 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 men- tioned shall be understood as establishing the type, function, and (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 01015 (15388 ) -1- quality desired. Other manufacturers' products will be accepted provided sufficient information is submitted to allow Engineers -Architects 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. 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. 7. 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. 8. SALVAGE OF MATERIALS AND EQUIPMENT. Contractor shall carefully remove in a manner to prevent damage all materials and equipment specified or indicated to be salvaged and reused or to remain property of Owner. He shall store and protect salvaged items specified or indicated to be reused in the Work. Salvaged items not to be reused in the Work, but to remain Owner's property, shall be delivered by Contractor in good condition to Owner in a place agreed to by the Owner. Any items damaged in removal, storage, or handling through carelessness or improper procedures shall be replaced by Contractor in kind or with new items. Contractor may at his option furnish and install new items in lieu of those specified or indicated to be salvaged and reused, in which case such removed items will become Contractor's property. Except for the existing irrigation pumps and electrical starters, existing materials and equipment removed by Contractor shall not be reused in the Work except where so specified or indicated but shall be salvaged to the Owner. The Contractor's attention is directed to the section on relocation of existing horizontal split -case pumps and electric motor starters. 9. LAND FOR CONSTRUCTION PURPOSES. Contractor will be permitted to use available land belonging to Owner, on or near the site of the Work, for (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 01015 (15388 ) -2- construction purposes and for the storage of materials and equipment. The location 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. 10. OPERATION OF EXISTING FACILITIES. Until the new pumping station is operational, the existing pumping station 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. See Submittals Section for additional information on scheduling of construction operations. The Contractor's attention is directed to the fact that he will have to accept risks of any delays caused by the Owner's inability to shut down portions of the irrigation pumping station at certain times due to crop water requirements. In.the event the Contractor is delayed because of such conditions he shall have no claims for damages. Contractor shall provide temporary facilities and make temporary modifi- cations as necessary to keep the existing facilities in operation during the construction period. 11. NOTICES TO OWNERS AND AUTHORITIES. Contractor shall, as provided in 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 by owners or tenants to their property, or when any utility service connection must be inter- rupted, Contractor shall give notices sufficiently in advance to enable the affected persons to provide for their needs. Notices will conform to any applicable local ordinance and, whether delivered orally or in writing, will include appropriate information concerning the interruption and instructions on how to limit their inconvenience. Utilities and other concerned agencies shall be contacted at least 24 hours prior to cutting or closing streets or other traffic areas or excavating near underground utilities or pole lines. 12. 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. These points shall be used as datum for the (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 01015 (15388 ) -3- 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 man, competent assis- tants, 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 men from his force 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 he 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. 13. CONNECTIONS TO EXISTING FACILITIES. Unless otherwise specified or indicated, Contractor shall make all necessary connections to existing facilities, including structures, drainlines, 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 thor- oughly 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 appurte- nances on existing utilities, when required, shall be by or under the direct supervision of the owning utility. 14. UNFAVORABLE CONSTRUCTION CONDITIONS. During unfavorable weather, wet ground, or other unsuitable construction conditions, the Contractor shall confine his 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 there- of, unless special means or precautions are taken by Contractor to perform the work in a proper and satisfactory manner. 15. CUTTING AND PATCHING. As provided in General Conditions, 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 the installation of improperly timed Work, to remove samples of installed (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 01015 (15388 ) -4- materials for testing, and to provide for alteration of existing facilities or the installation of new Work in existing construction. Except when the cutting or removal of existing construction is specified or indicated, Contractor shall not undertake any cutting or demolition which may affect the structural stability of the Work or existing facilities without Engineer's concurrence. Contractor shall provide all shoring, bracing, supports, and protective devices necessary to safeguard all Work and existing facilities during cutting and patching operations. Materials shall be cut and removed to the extent indicated on the draw- ings 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, appear- ance, and functional capacity required. If necessary, entire surfaces shall be patched and refinished. 16. CLEANING UP. Contractor shall keep the premises free at all times from accumulations of waste materials and rubbish. The 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. 17. APPLICABLE CODES. References in the Contract Documents to local codes mean codes used, required, or adopted by the City of Lubbock, Texas. r- (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 01015 ,., (15388 ) -5- Other standard codes which apply to the Work are designated in the specifications. 18. 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, Engineer, or Engineers -Architects 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. 19. ABBREVIATIONS AND SYMBOLS. Abbreviations used in the Contract Documents are defined as follows: AAMA Architectural Aluminum Manufacturers Association AASHTO American Association of State Highway and Trans- portation Officials ACI American Concrete Institute AFBMA Antifriction Bearing Manufacturers Association AGA American Gas Association AGMA American Gear Manufacturers Association RISC American Institute of Steel Construction AISI American Iron and Steel Institute AMCA Air Moving and Conditioning Association ANSI American National Standards Institute APA American Plywood Association ASCE American Society of Civil Engineers ASHRAE American Society of Heating, Refrigerating and Air Conditioning Engineers ASME American Society of Mechanical Engineers ASSE American Society of Sanitary Engineering ASTM American Society for Testing and Materials AWG American Wire Gage AWPA American Wood Products Association AWWA American Water Works Association CISPI Cast Iron Soil Pipe Institute CRSI Concrete Reinforcing Steel Institute CS Commercial Standard (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) (15388 ) 01015 -6- DHI Door and Hardware Institute Fed Spec Federal Specifications FGMA Flat Glass Marketing Association IBBM Iron Body, Bronze Mounted IEEE Institute Electrical and Electronics Engineers IFI Industrial Fasteners Institute IPS Iron Pipe Size MIL Military Specification NAAMM National Association of Architectural Metals Manufacturers NEC National Electrical Code NEMA National Electrical Manufacturers Association NFPA National Fire Protection Association NISI National Institute of Standards and Technology "- NPT National Pipe Thread PCI Prestressed Concrete Institute PS Product Standard SAE Society of Automotive Engineers SCPRF Structural Clay Products Research Foundation SMACNA Sheet Metal and Air Conditioning Contractors National Association SPI Society of the Plastics Industry SSPC Steel Structures Painting Council UL Underwriters' Laboratories USBR U.S. Bureau of Reclamation 20. PRECONSTRUCTION CONFERENCE. Prior to the commencement of Work at the site, a preconstruction conference will be held at a mutually agreed r- time and place. The conference shall be attended by: Contractor and his superintendent. Principal Subcontractors. Representatives of principal suppliers and manufacturers as appropriate. Engineer. Engineers -Architects. Representatives of Owner. Governmental representatives as appropriate. Others as requested by Contractor, Owner, or Engineer. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 01015 .- (15388 ) -7- Unless previously submitted to Engineers -Architects, Contractor shall bring to the conference a tentative schedule for each of the following: Progress. Schedule of values for progress payment purposes. Procurement. 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 tentative 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. 21. 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. Owner, Contractor, Engineer, Engineers -Architects, and all Subcontractors active on the site shall be represented at each meeting. Contractor may at his discretion request attendance by representatives of his suppliers, manufacturers, and other Subcontractors. Contractor shall preside at the meetings and provide for keeping and distribution of the minutes. 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. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 01015 (15388 ) -8- 22. SITE ADMINISTRATION. Contractor for shall be responsible for all areas of the site used by him and all Subcontractors in the performance of the Work. He 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 he requires of his employees. — (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 01015 (15388 ) -9- Section 01300 - SUBMITTALS 1. CONSTRUCTION SCHEDULE. Before Work is started, Contractor for shall submit to Engineers -Architects 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 construction schedule shall indicate the sequence of the Work, the time of starting and completion of each part, 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 to add to his plant, equipment, or construc- tion 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: a. Construction operations required for connecting the new 42 inch effluent pumping station suction to the 42 inch reservoir suction (Contract 1) shall not begin until all piping and valves have been installed and tested to the satisfaction of the Engineer and after the 42 inch reservoir line is substan- tially complete. b. Construction operations required for connecting the new 24 inch effluent pumping station discharge line to the existing 18 inch irrigation line shall not begin until all discharge piping and valves in the pumping station have been installed and tested to the satisfaction of the Engineer. C. Construction operations for connecting the new 24 inch effluent pumping station discharge line to the 24 inch irrigation line (Contract 1) shall not begin until the Terminal Storage Reser- voir - Contract 1 is substantially complete. This is expected to be in December 1990. d. Construction operations for connecting the existing 24 inch irrigation pump station discharge line (next to Boles Road) to the 24 inch irrigation line (Contract 1) shall not begin until the Terminal. Storage Reservoir - Contract 1 is substantially complete. This is expected to be in December 1990. e. Construction operations required for relocating and reinstal- ling the existing horizontal split -case pumps shall not begin until the new vertical diffusion vane pumps are substantially complete. This includes electrical, piping, testing, and all (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 01300 (15388 ) -1- other work required to make these pumps fully operational. Items a. through d. shall have been completed prior to reloca- tion of all the pumps. Removal of the pumps is covered in the section on relocation of horizontal split -case pumps. 2. PROGRESS REPORTS. A progress report shall be furnished to Engineer with each application for progress 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 construc- tion schedule, and proposed corrective actions. Any Work reported complete, but which is not readily apparent to Engineer, must be sub- stantiated with satisfactory evidence. Each progress report shall also include three prints of the accepted graphic schedule marked to indicate actual progress. 3. 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. 4. SCHEDULE OF VALUES. After review of the tentative schedule at the --, preconstruction conference, and before submission of the first applica- tion for payment, Contractor shall prepare and submit to Engineer a schedule of values covering each lump sum item. The schedule of values, showing the value of each kind of work, shall be acceptable to the Engi- neer 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 listd 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. 5. SURVEY DATA. All field books, notes, and other data developed by Contractor in performing surveys required as part of the Work shall be (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 01300 (15388 ) -2- available to Engineer for examination throughout the construction period. All such data shall be submitted to Engineer with the other documentation required for final acceptance of the Work. 6. SHOP DRAWINGS AND ENGINEERING DATA. Engineering data covering all equipment and fabricated materials which will become a permanent part of the Work under this contract shall be submitted to Engineers - Architects, at the Engineers -Architects' address given in the Supplementary Conditions, for review. These data 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. 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 clearly identified. The current revision, issue number, and date shall be indicated on all drawings and other descriptive data. Contractor's stamp of approval is a representation to Owner and Engineers - Architects that Contractor accepts full responsibility for determining and verifying all quantities, dimensions, field construction criteria, materials, catalog numbers, and similar data, and that he has reviewed or coordinated each submittal with the requirements of the Work and the Contract Documents. All deviations from the Contract Documents shall be identified 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. Contractor shall accept full responsibility for the completeness of each submission, and, in the case of a resubmission, shall verify that all exceptions previously noted by Engineers -Architects have been taken into account. In the event that more than one resubmission is required because of failure of Contractor to account for exceptions previously noted, Contractor shall reimburse Owner for the charges of Engineers - Architects for review of the additional resubmissions. Engineers -Architects shall not review partial submittals and shall return, unreviewed, this and any other incomplete submittal. For example, a submittal for vertical diffusion vane pumps should incude all data required for a complete and thorough review: pump, motor, performance data, pedestal anchor bolts, paint, etc.,) and all (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 01300 (15388 ) -3- verifications required to ensure compliance with the specifications. Certificates of compliance or after fabrication test reports may be separate if needed. Contractor shall accept full responsibility for the completeness of each submission, and, in the case of a resubmission, shall verify that all exceptions previously noted by Engineers -Architects have been taken into account. In the event that more than one resubmission is required because of failure of Contractor to account for exceptions previously noted, Contractor shall reimburse Owner for the charges of Engineers -Architects for review of the additional resubmissions. 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 the Contractor submits an acceptable request for an extension of the stipulated time period, listing the reasons the resubmittal cannot be n completed within that time. Any need for more than one resubmission, or any other delay in obtaining Engineers -Architects' review of submittals, will not entitle Contractor to extension of the Contract Time unless delay of the Work is directly caused by a change in the Work authorized by a Change Order or by failure of Engineers -Architects to return any submittal within 21 days after its receipt in Engineers -Architects' office. Contractor's letter of resubmittal shall list the date of his original submittal letter, the date of the Engineers -Architects' letter returning the submittal, and the dates of submission and return of any previous resubmittals. Engineers -Architects' review of drawings and data submitted by Contractor will cover only general conformity to the drawings and specifications, external connections, and dimensions which affect the layout. Engineers - Architects' review does not indicate a thorough review of all dimensions, quantities, and details of the material, equipment, device, or item shown. Engineers -Architects' review of submittals shall not relieve Contractor from responsibility for errors, omissions, or deviations, nor a-^ responsibility for compliance with the Contract Documents. Five copies of each drawing and necessary data shall be submitted to Engineers -Architects. Engineers -Architects 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. Resubmittals shall bear the number of the first submittal followed by a letter (A, B, etc.) to indicate the sequence of the resubmittal. 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 Engineers -Architects and five corrected copies (or one corrected reproducible copy) resubmitted. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 01300 (15388 ) -4- When corrected copies are resubmitted, Contractor shall in writing direct specific attention to all revisions and shall list separately any revi- sions made other than those called for by Engineers -Architects on previous submissions. When the drawings and data are returned marked EXCEPTIONS NOTED, NO EXCEPTIONS NOTED, or RECORD COPY, no additional copies need be furnished. An accelerated shop drawing review procedure shall be used for the equip- ment and materials indicated in the following schedule: SPEC SECTION/ITEM 11140 Vertical Diffusion Vane Pumps 15101 Butterfly Valves 16050 Electrical 16100 Major Electrical Equipment The accelerated review procedure shall consist of three steps: (1) review conference at Engineers -Architects' office in Dallas, Texas (2) submittal of certificate of compliance (3) submittal of drawings and data Contractor shall submit, prior to the review conference, sufficient data and drawings to indicate the nature of the proposed equipment or material, including all proposed deviations from the Contract Documents. After a cursory review by the Engineers -Architects, a review conference shall be scheduled. The conference shall be attended by Engineers -Architects, Contractor, Manufacturer, and Manufacturer's representative. If the proposed equipment Manufacturer is one of the Manufacturers named in the Contract Documents, it is expected that an agreement will be reached on the proposed equipment and deviations at the conference. Contractor shall allow 21 days for equivalency review of substitute equipment or manufacturers. Once an agreement has been reached regarding the equipment or material, and deviations, the Manufacturer shall prepare and submit through Contractor a Certificate of Compliance as provided for above. The Certificate of Compliance shall read as follows: The (equipment and/or product) is being provided in accordance with the Contract Documents except for deviations and/or questions which were specifically identified, reviewed, and agreed upon by all parties at the review conference (telephone and/or meeting) of date and as identified by Black & Veatch letter dated (date). (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) (15388 ) 01300 -5- Also included with this statement shall be a summary of the proposed equipment or material including critical operating or design charac- teristics, and list all deviations from the Contract Documents which were agreed to at the review conference. Engineers -Architects will review the Certificate of Compliance as a Shop Drawing and Engineering Data submittal. Prior to incorporation of the equipment or material into the project, complete drawings and data will be submitted as required. Drawings and data shall have incorporated the results of the review conference. Drawings and data shall be reviewed and returned with appropriate dis- position as discussed above. For equipment requiring Operations and Maintenance Manuals as indicated in the Equipment Schedule Section, the drawings and data shall be submitted with the manuals. 7. 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 mainten- ance instructions shall be furnished for other equipment not listed in �. the equipment schedule. 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 instruc- tions or parts lists packed with or attached to the equipment when delivered, or which may be required by Contractor. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 01300 (15388 ) -6- Manuals and other data shall be printed on heavy, first quality paper, 8-1/2 by 11 inch size with standard 3-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, temporarily bound in heavy paper covers bearing suitable identification, shall be submitted to Engineers - Architects prior to the date of shipment of the equipment. After review by Engineers -Architects, three final copies of each operation and maintenance manual shall be prepared and delivered to Engineers - Architects not later than 30 days prior to placing the equipment in operation. Final manuals and all parts lists and information shall be assembled in substantial, permanent, three-ring or three -post binders. As much as possible, material shall be assembled and bound in the same order as specified, and each volume shall have a table of contents and suitable index tabs. All material shall be marked with Project identification, and inappli- cable information shall be marked out or deleted. Payments 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, shall be based only upon the actual cost of the materials and equipment to Contractor and shall not include any overhead or profit to Contractor. Payment for equipment requiring operations and mainten- ance manuals will be 25 percent of the invoice price initially. Once the preliminary operations and maintenance manuals are accepted, payment will be considered for the final 75 percent. S. LAYOUT DATA. Contractor shall keep neat and legible notes of measurements and calculations made by him in connection with the layout of the Work. Copies of such data shall be furnished to Engineer for use in checking Contractor's layout as provided under Lines and Grades. All such data considered of value to Owner will be transmitted to Owner by Engineer with other records upon completion of the Work. 9. CONSTRUCTION PHOTOGRAPHS. Owner shall be responsible for the produc- tion of all construction photographs required by Owner. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 01300 (15388 ) -7- r-- Section 01400 - QUALITY CONTROL 1. TESTING LABORATORY SERVICES. All tests which require the services of a laboratory to determine compliance with the Contract Documents shall be performed by an independent commercial testing laboratory acceptable to Engineer. The laboratory shall be staffed with experienced technicians, properly equipped, and fully qualified to perform the tests in accordance with the specified standards. 1.01. Testing Laboratory Services Furnished by Contractor. Contractor shall be responsible for all testing laboratory services in connection ,_. with concrete materials and mix designs, gradation tests for embedment, fill, backfill materials, quality control tests made in the field or laboratory on concrete, moisture -density (Proctor) and relative density tests on embedment, fill, and backfill materials, in -place field density tests on embedments and fills, and other materials and equipment, during and after their incorporation in the Work, and all other tests and engineering data required for Engineers -Architects' review of materials �-- and equipment proposed to be used in the Work. Contractor shall obtain Engineer's and Owner's acceptance of the testing laboratory before having services performed, and shall pay all costs for services. Contractor, with Engineer's concurrence, shall determine the exact time and location of field sampling and testing. The Owner reserves the right to make any tests at anytime to check the quality of the Contractor's testing procedures and/or results. If the tests conducted by the Owner show no different conclusion, then the additional tests shall be at the Owner's expense. If additional tests prove inaccurate results on the Contractor's behalf, the Contractor shall bear the costs of the additional tests and reconstruct the deficiencies. The testing laboratory shall perform all laboratory tests within a a reasonable time consistent with the specified standards and shall furnish a written report of each test. 1.02. Transmittal of Test Reports. Written reports of tests and engi- neering data furnished by Contractor for Engineers -Architects' review of materials and equipment proposed to be used in the Work shall be submitted as specified for Shop Drawings. The testing laboratory retained by Owner will furnish three copies of a written report of each test performed by laboratory personnel in the field or laboratory. Copies of each test report will be transmitted to the Engineer, Contractor, and Engineers -Architects within three days after each test is completed. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT II ) 01400 (15388 ) -1- 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 equip- ment 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 manufacturer'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. Each manufacturer's representative shall furnish to Owner, through Engi- neers -Architects, 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 amount. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT II ) 01400 (15388 ) -2- Section 01500 - TEMPORARY FACILITIES 1. OFFICES 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 his representative authorized to receive drawings, instructions, or other communication or articles. Any communication given to the said representative or delivered at Contrac- tor's office at the site of the Work in his 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 avail- able for use at all times'. 2. WATER. All water required for and in connection with the Work to be performed and for any specified tests of piping, equipment, devices, and appurtenances, for inundation or settling of backfill material, or for any other use as may be required for proper completion of the Work shall be provided by and at the expense of Contractor. No separate payment for water used or required will be made and all costs in connection therewith shall be included in the Bid. Water from nearby irrigation wells, in reasonable amounts for proper completion of the Work, will be furnished by Owner without charge to Contractor. Contractor shall furnish necessary pipe, hose, nozzles, and tools and shall perform all necessary labor. Contractor shall make arrangements with the City Water Department as to the amount of water required and the time when the water will be needed. Unneces- sary waste of water will not be tolerated. An irrigation well is located within 1/2 mile of the site. 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 shall make all necessary arrangements and pay all installation charges for telephone lines in his offices at the site. 5. SANITARY FACILITIES. Contractor shall furnish temporary sanitary facilities at the site, as provided herein, for the needs of all con- struction 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 men. Contractor shall enforce the use of such sanitary facilities by all personnel at the site. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 01500 (15388 ) -1- 6. 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 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 location. 7. PROTECTION OF PUBLIC AND PRIVATE PROPERTY. Contractor shall protect, shore, brace, support, and maintain all underground pipes, conduits, drains, and other underground construction uncovered or otherwise affec- ted by his construction operations. All pavement, surfacing, driveways, curbs, walks, buildings, utility poles, guy wires, fences, and other surface structures affected by construction operations, together with all sod and shrubs in yards and parkings, shall be restored to their original condition, whether within or outside the easement. All replacements shall be made with new materials. Contractor shall be responsible for all damage to streets, roads, high- ways, shoulders, ditches, embankments, culverts, bridges, and other public or private property, regardless of location or character, which may be caused by transporting equipment, materials, or men to or from the Work or any part or site thereof, whether by him or his Subcontractors. Contractor shall make satisfactory and acceptable arrangements with the owner of, or the agency or authority having jurisdiction over, the damaged property concerning its repair or replacement or payment of costs incurred in connection with the damage. 8. SECURITY. Contractor shall be responsible for protection of the site, and all Work, materials, equipment, and existing facilities there- on, 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. 9. ACCESS ROADS. Contractor under Contract 1 shall have established and maintained temporary access roads to various parts of the site as required. Such roads shall be available for the use of all others (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) (15388 ) 01500 -2- performing work or furnishing services in connection with this Project and for Contract 1. Any other access roads to various parts of the site '-- required by the Contractor shall be provided by Contractor and made available to all others performing work or furnishing services in con- nection with the Project. 10. PARKING. Contractor under Contract 1 shall have provided and main- tained suitable parking areas for the use of all construction workers and others performing work or furnishing services in connection with this Project and Contract 1, as required to avoid any need for parking per- sonal vehicles where they may interfere with public traffic, Owner's operations, or construction activities. T 11. 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. Dusty "- materials in piles or in transit shall be covered when practicable to prevent blowing. Buildings or operating facilities which may be affected adversely by dust, whether from this Contract or Contract 1, shall be adequately protected from dust. Existing or new machinery, motors, electrical panels, or similar equipment shall be protected by suitable dust screens. Proper ventilation shall be included with dust screens. 12. TEMPORARY DRAINAGE PROVISIONS. Contractor shall provide for the R" 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. 13. 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 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. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 01500 (15388 ) -3- 14. POLLUTION CONTROL. Contractor shall prevent the pollution of drains and watercourses by sanitary wastes, sediment, debris, and other sub- stances 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 will be taken to prevent such materials from entering any drain or watercourse. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 01500 (15388 ) -4- 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 equip- ment 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 Specifi- cations, 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 equipment 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 gages 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 start- up or shutdown and shall not waste lubricants. Lubricants of the type recommended by the equipment manufacturer shall be provided in sufficient quantity 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 per- mitted, the use of synthetic lubricants will not be acceptable. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT II ) 01610 .... (15388 ) -1- 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 3,175 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 40 C ambient, unless the applica- tion is well recognized for intermittent duty service as a standard industry practice. C. Insulated with Class B, Class F, or Class H insulation and designed for a service factor of 1.00, 1.15, or greater. d. Three phase motors used in conjunction with variable speed drives shall have Class F insulation with a Class B tempera- ture rise at rated nameplate horsepower, and 1.15 service factor. e. When operating at service factor load, maximum observable temperature rise of insulation and motor parts, as determined by resistance or thermometer methods, shall not exceed the NEMA allowable limits for the type of motor, the type of enclosure, and the particular application with regard to continuous or intermittent duty. f. To ensure long motor life, nameplate horsepower, regardless of service factor, shall be at least 115 percent of the maximum load imposed by the driven equipment. g. Designed for full voltage starting. h. Designed to operate from an electrical system that may have a maximum of 5 percent voltage distortion per IEEE Standard 519. i. Derated, if required, for the altitude at which the equipment is installed. j. Clamp -type grounding terminal shall be inside motor conduit box. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT II ) 01610 (15388 ) -2- k. External conduit boxes shall be oversized at least one size larger than NEMA standard. 1. Totally enclosed motors shall have a continuous moisture drain which also excludes insects. M. Bearings shall be either oil or grease lubricated. n. Manufacturer's standard motor may be supplied on integrally constructed, packaged assemblies such as appliances, tools, unit heaters, and similar equipment specified by model number, 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. o. Totally enclosed motors shall be furnished on: 1. Outdoor equipment. 2. Equipment for installation below grade. -" 3. Equipment operating in wet or dust -laden locations. p. Dripproof motors, or totally enclosed motors at the supplier's .— option, shall be furnished on equipment in indoor, above -grade, clean, and dry locations. P-. q. Explosionproof or submersible motors shall be furnished as required by applicable codes, as specified in other sections, or at the supplier's option. r. Motors shall be rated and constructed as follows: 1. Below 1/2 hp. 115 volts, 60 Hz, single phase. Built-in manual -reset thermal protector, or integrally mounted stainless steel enclosed manual motor starter. 2. 1/2 hp and above. 460 volts, 60 Hz, 3 phase. �. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT II ) 01610 (15388 ) -3- 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. 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 bear an AGMA nameplate. 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 100 F 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 regressing 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 provided if required to properly lubricate oil lubricated bearings. A dipstick or 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 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 indi- cating 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. 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 heavier galvanized or aluminum -clad sheet steel or 1/2 inch mesh galvanized expanded metal. Each guard shall be designed for easy installation and (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT II ) 01610 (15388 ) -4- r- removal. All necessary supports and accessories shall be provided for each guard. Supports and accessories, including bolts, shall be galva- nized. 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 have a minimum diameter of 314 inch. Unless otherwise indicated or specified, anchor bolts for items of equip- ment 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, com- pressors, 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 speci- fied in the grout section. 12. 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. 13. SHOP PAINTING. All steel and iron surfaces shall be protected by suitable paint or coatings applied in the shop. Surfaces which will be inaccessible after assembly shall be protected for the life of the equipment. 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 a high-grade, oil -resistant enamel suitable for top coating in the field with an alkyd enamel. Coatings shall be suitable for the environment where the equip- ment is installed. Surfaces to be painted 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 (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT II ) 01610 -- (15388 ) -5- Cook "391-N-167 Barrier Coat", Koppers "No. 10 Inhibitive Primer", Tnemec "77 Chem -Prime", or. Valspar "13-R-28 Chromox Primer". Machined, polished, and nonferrous surfaces which are not to be painted shall be coated with rust -preventive compound, Houghton "Rust Veto 344" or Rust-Oleum "R-9". 14. PREPARATION FOR SHIPMENT. All equipment shall be suitably packaged to facilitate handling and 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, discolora- tion, 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 imme- diately 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 his Subcontractors are not qualified, such personnel shall be field representatives of the manufac- turer of the equipment or materials being installed. Qualified field representatives shall be provided by the equipment manufacturers as required to perform all manufacturer's field services called for in the Specifications. Manufacturer's field representatives shall observe, instruct, guide, and direct Contractor's erection or installation procedures, or perform an installation check, as required. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT II ) (15388 ) 01610 -6- The field representative shall revisit the site as often as necessary to attain installation satisfactory to Engineer. All equipment installed under this Contract, including that furnished by Owner shall be placed into successful operation according to the written instructions of the manufacturer or the instructions of the manufac- turer's field representative. All required adjustments, tests, operation checks, and other startup activity shall be provided. Acceptance of Work in connection with the installation of equipment furnished by others will be subject to approval of the field representa- tive. Contractor shall be responsible for planning, supervising, and -- executing the installation of Work, and the approval or acceptance of Engineer or the field representative will not relieve Contractor of responsibility for defective Work. 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. - (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT II ) 01610 -- (15388 ) -7- Section 01620 - EQUIPMENT SCHEDULE 1. SCOPE. This section consists of a schedule of the items of equipment for which manufacturer's field services, operation and maintenance manuals, or the manufacturer's or supplier's certificate of compliance are required. Specific requirements for manufacturer's field services are covered in the quality control section. Specific requirements for operation and maintenance manuals and certifi- cates of compliance are covered in the submittals section. 2. SCHEDULE. Manufacturer's field services, operation and maintenance manuals, and certificates of compliance shall be provided for the items of equipment indicated in the following schedule: Mfrs. Op. & Spec. Field Maint. Cert. of Section Type of Equipment Services Manual Compliance 11140 Vertical Diffusion X X X Vane Pumps 11180 Submersible Sump X X Pumps 13122 Metal Building System X X 14630 Traveling Bridge Crane X X X 15101 Butterfly Valves X X 15500 Heating and Ventilating X X X 16100 Major Electrical Equipment X X X (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT II ) 01620 (15388 ) -1- r- Section 01630 - PIPELINE SCHEDULE 1. SCOPE. This section consists of a schedule of 6 inch and larger pipe- lines indicating the type of pipe to be used. Pipe materials and installa- tion are covered in other sections. Piping smaller than 3 inch size is covered in the miscellaneous piping and plumbing sections. Generally, piping to be furnished with equipment is not included in the schedule but is covered in the applicable equipment section. 2. ALTERNATIVE PIPE TYPES. Where more than one type of pipe is indicated for a line in the schedule, the type of pipe material to be installed may be selected by the Contractor. The details on the drawings cover only one type of pipe for each line. If a different material is selected by the Contractor, all details of connection, jointing, wall fittings, support, anchorage, and harnesses shall be modified as necessary to produce an equivalent design acceptable to the Engineers -Architects. 3. WALL AND FLOOR FITTINGS. A wall pipe or sleeve will be required for all pipe through concrete walls and floors unless otherwise indicated. Wall and floor fittings or sleeves shall be as indicated on the drawings and specified in the applicable piping section. 4. SCHEDULE INDEX. Pipe material abbreviations and the specification sections covering the pipe materials are as follows: Abbreviations PCCP PVC CI Pipe Material Prestressed Concrete Cylinder Pipe Polyvinyl Chloride Pipe Cast Iron Specification Section 02612 02630 15061 SP Steel pipe 15062 5. SCHEDULE. Pipe materials shall conform to the following schedule. All pipelines indicated on the drawings, and all pipelines required for proper operation of the equipment furnished, shall be provided whether listed in the schedule or not. Pipe Size Service Location Material (Inches) 42 Pumping Station Influent Buried PCCP, CI 36 Suction Header ., (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) (15388 ) 01630 -1- Buried PCCP, CI Pipe Size Service Location Material (Inches) 24 Suction Header Buried PCCP, CI 24 Pump Discharge Header Exposed CI, SP 24 Discharge Line Buried PCCP, CI 24 Discharge Line Buried PVC (where indicated) 16 Pump Suction Line Buried/Encased CI 14 Pump Suction Line Buried CI 14 Pump Suction Line Exposed CI, SP 12 Pump Suction Line Buried/Encased CI 12 Pump Suction Line Exposed CI, SP 12 Pump Discharge Line Exposed CI, SP 10 Pump Suction Line Exposed CI, SP 10 Pump Suction Line Buried CI 10 Pump Discharge Line Exposed CI, SP 10 Surge Relief Line Buried/Exposed CI 8 Pump Discharge Line Exposed CI, SP 6 Vent Piping Exposed CI, SP (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) (15388 ) 01630 -2- Section 02220 - EXCAVATION 1. SCOPE. This section covers excavation work and shall include the necessary clearing, grubbing, and preparation of the site; removal and disposal of all debris; excavation and trenching as required; the han- dling, 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; surfacing and grading; and other appurtenant work. 2. GENERAL REQUIREMENTS. Excavations shall provide adequate working space and clearances for the work to be performed therein and for instal- lation 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. Backfilling during freezing weather shall not be done except by permission of the Engineer. No backfill materials shall be installed on frozen surfaces, nor shall frozen materials, snow, or ice be placed in any backfill. 3. CLASSIFICATION OF EXCAVATED MATERIALS. No classification of exca- vated 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 contract work, regardless of the type, character, composition, or condition thereof. 4. SITE PREPARATION. All sites to be occupied by permanent construction or embankments shall be cleared of all objectionable materials and debris. All waste materials shall be removed from the site and disposed of by and at the expense of the Contractor. Open burning will not be ._ permitted. 5. BLASTING. Blasting or other use of explosives for excavation will not be permitted. 6. 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 above. 7. DEWATERING. Dewatering equipment shall be provided to remove and dispose of all surface water and groundwater entering excavations, (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 02220 (15388 ) -1- 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 excavated areas or trenches to the greatest extent practicable 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. 8. SHEETING AND SHORING. Except where banks are cut back on a stable slope, excavation for structures and trenches shall be sheeted, braced, and shored as necessary to prevent caving or sliding. Trench sheeting shall not be pulled before backfilling unless the pipe strength is sufficient to carry trench loads based on trench width to the back of sheeting, nor shall sheeting be pulled after backfilling. 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. Steel sheet piling shall be furnished, installed, and left in place at the locations indicated on the drawings and elsewhere as required to limit the extent of excavations for the deeper structures and necessary backfill under adjacent shallower structures, and to protect adjacent structures and facilities from damage due to excavation and subsequent construction. No additional payment above the contract amount will be made for such sheet piling as indicated or required. The Contractor's attention is directed to the Trench Protective Systems section. 9. 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 workmen. Subgrades for concrete structures or trench bottoms which are otherwise solid, but which become mucky on top due to construction operations, (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 02220 (15388 ) -2- 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; if the required depth exceeds 4 inches, 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. 10. GRANULAR FILLS. Granular fills shall be provided where indicated on the drawings. Granular fills shall be placed on suitably prepared subgrades and compacted by vibration. Granular fill material shall be crushed rock or gravel, shall be free from dust, clay, or trash, and shall be graded 1-1/2 inch to No. 4 as defined in ASTM C33. Granular fills shall be compacted to not less than 70 percent relative density as determined by ASTM D4253 and D4254. Where granular fills are to be covered with concrete, the top surface shall be graded to the required subgrade and covered with polyethylene film. �- 11. ROAD CONSTRUCTION. 11.01. General Requirements. Materials, procedures and construction methods shall conform to the following general requirements. Except as otherwise specified herein, all materials and methods shall be as specified in the latest edition of "Standard Specifications for Con- struction of Highways, Streets, and Bridges" by the Texas Department of Highways and Public Transportation. 11.02. Flexible Aggregate Base. The flexible aggregate base shall con- sist of a six inch layer, measured after compaction, of SDHPT 249 Type F, grade 2 material. The base materials shall be compacted by the Density Control method to at least 95 percent of maximum density at optimum moisture content as determined by ASTM D698. 12. TRENCH EXCAVATION. Trenches shall be excavated so that pipes can be laid straight at uniform grade, without dips or humps, between the terminal elevations indicated on the drawings. 12.01. Minimum Cover. Where pipe grades or elevations are not defi- nitely 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 36 inches for all piping. 12.02. Limitina 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: (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 02220 (15388 ) -3- Nominal Pipe Size Minimum Trench Widths (inches) (inches) Less than 27 Pipe OD plus 24 27 through 60 Pipe OD plus nominal pipe size Cutting trench banks on slopes to reduce earth load to prevent sliding and caving shall be done only in areas where the increased trench width will not interfere with surface features or encroach on right-of-way limits. 12.03. Excavation Below Pipe Subgrade. Except where otherwise required, pipe trenches shall be excavated below the underside of the pipe, as indicated on the drawings, to provide for the installation of granular embedment. Where in earth, trench bottoms for 6 inch or smaller pipe may be exca- vated below the pipe subgrade and granular embedment material provided as specified, or the trench bottom may be graded to provide uniform and continuous support (between bell holes or end joints) of the installed pipe. 12.04. 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. 13. PIPE EMBEDMENT. Embedment materials both below and above the bottom of the pipe, classes of embedment to be used, and placement and compac- tion of embedment materials shall conform to the requirements indicated on the drawings and to the following supplementary requirements. Embedment materials shall contain no cinders or other material which may cause pipe corrosion. 13.01. Embedment Classes. a. Class A Arch Encasement. Class A arch encasement is not required unless improper trenching or unexpected trench con- ditions require its use as determined by the Engineer. b. Class B Bedding. Class B bedding shall be used for PVC pipelines, and all other pipelines not otherwise specified. C. Class C Bedding. Class C bedding shall be used for all cast iron and prestressed concrete cylinder pipelines. 13.02. Embedment for PVC Pipelines. Granular embedment material for PVC pipelines shall be pea gravel or crushed rock with rounded or (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) (15388 ) 02220 -4- sub -rounded particles; crushed rock with sharp edges which could cause significant scratching or abrasion of the pipe shall not be used. Compacted embedment material for PVC pipelines shall be granular embedment to the crown of the pipe. Job excavated material which does A.. not meet the requirements for these materials shall not be used for embedment below the crown of the pipe. 13.03. 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 (trench bottom for 6 inch or smaller pipe), 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. Class C embedment shall be compacted to the top of the pipe in all areas where compacted backfill is specified. Whenever crushed rock is used as embedment for 36 inch and larger pipe, the portion above the bottom of the pipe shall be vibrated with a mechan- ical probe type vibrator during placement to ensure that all spaces beneath the pipe are filled. 14. 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. 14.01. Compacted Backfill. Compacted backfill will be required for the full depth of the trench above the embedment where beneath pavements, surfacings, driveways, curbs, gutters, walks, or other surface construc- tion or structures. Where the trench for one pipe passes beneath the trench for another pipe, backfill for the lower trench shall be compacted to the level of the bottom of the upper trench. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 } 02220 R (15388 } -5- Materials for compacted backfill shall be free of rocks, stones, stumps, trash, or other objectionable matter. Masses of moist, stiff clay shall not be used. Backfill materials shall be placed in uniform layers not exceeding 8 inches in uncompacted thickness. 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. Backfill material shall be compacted to 95 percent of maximum density at optimum moisture content as determined by ASTM D698. 14.02. 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. Uncompacted earth backfill material to be placed above embedments shall be free of brush, roots more than 2 inches in diameter, debris, cinders, or other 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, and which will not result in displacement of, installed pipe. Compact masses of stiff clay or other consolidated material more than one 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 exca- vation 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 only if well separated and so arranged that no interference with backfill settlement will result. 15. STRUCTURE BACKFILL. Backfill material placed behind walls shall consist of non -cohesive soils such as sands and gravels having a Plasticity Index of 3 to 12. Backfill materials shall be deposited in layers not to exceed 8 inches in uncompacted thickness and compacted to at least 95 percent of maximum density at optimum to plus 4 percent 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, gutters, or other (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 02220 (15388 ) -6- 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. 16. SELECT FILL. Select fill shall be installed below slabs as specified or as indicated on the drawings. Select fill shall consist of low to medium plasticity clayey sand or sandy clay with a Liquid Limit less than 40, and a Plasticity Index in the range of 8 to 20. Select fill shall be placed in loose lifts not exceeding 10 inches thickness, -- and shall be compacted to produce in -place dry densities not less than 95 percent of the maximum dry density as obtained in the Standard Compaction Test (ASTM D698). The moisture content of the compacted select fill shall be in the range from optimum to 4 percent wet of optimum. 17. TESTS. As stipulated in the quality control section, all tests 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 pipe embedment. One additional gradation test shall be made for each type of pipe embedment. One additional gradation test shall be made for each additional 50 cubic yards of pipe embedment. No less than two moisture density (Proctor) tests shall be performed on each type of material to be used for backfill (select and structural). (A total of six tests are anticipated.) In -place field density tests for backfill construction shall be made, one for every 100 cubic yards of compacted material. r- Test locations and scheduling shall conform to the quality control section. If quality control tests indicate materials fail to comply with specifications, the materials shall be removed and replaced or remedied until such complies with specifications. All remedial work or replacement of material shall be at the Contractor's expense. 18. FINAL GRADING AND PLACEMENT OF TOPSOIL. After other outside work has been finished, and backfilling completed and settled, all areas which are to be graded shall be brought to grade at the indicated elevations, slopes, and contours. All cuts, 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. 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 hand work. All surfaces shall be graded to secure effec- tive drainage. Unless otherwise indicated, a slope of at least one percent shall be provided. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) ^-t (15 388 ) 02220 -7- Final grading and surfacing shall be smooth, even, and free from clods and stones larger than one inch in greatest dimension, weeds, brush, and other debris. 19. EXCESS EXCAVATED MATERIALS. Insofar as needed, suitable excavated materials shall be used. All suitable excess excavated material shall be disposed of at locations on the site as directed by Engineer; all such material shall be graded for drainage but need not be compacted. Suitable disposal points are approximately one (1) mile east of the site and 1-1/2 miles south. 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. 20. 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 replace- ments made necessary by settlement within 30 days after notice from the Engineer or Owner. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) (15388 ) 02220 -8- Section 02612 - PRESTRESSED CONCRETE CYLINDER PIPE r-- 1. SCOPE. This section covers prestressed concrete pressure pipe with a steel cylinder, and steel fittings lined and coated with concrete or mortar, to be furnished and installed where indicated in the drawings. Alternate piping materials may be substituted where and as indicated in the pipeline schedule. Pressure and leakage testing are covered in other sections. Pipe trenching, bedding, and backfill are covered in the excavation section. All straight pipe, bends, tees, adapters, closure pieces, and other fittings or specials shall be furnished as indicated on the drawings or required to complete the work. Piping shall be installed complete with all jointing materials and accessories, anchors and blocking, and other necessary appurtenances. 2. GOVERNING STANDARD. Except as modified or supplemented herein, the manufacture of prestressed concrete cylinder pipe, fittings, and specials shall be governed by AWWA C301. The supplementary information required in the foreword of the governing standard is as follows: Tabulated Layout Schedule (Sec. 1.5.2) Required. Identification Marks (Sec. 1.6) Required. Inspection (Sec. 1.7.1) Not required. Cement Test Reports (Sec. 1.9.2) Not required. Steel Test Reports and Specimens (Sec. 1.9.3 Not required. and 1.9.4) -- Rubber Gasket Test Results (Sec. 1.9.5 Not required. and 2.11.8) Affidavit of Compliance (Sec. 1.10) Required. Cement As specified herein. Pozzolanic Materials (Sec. 2.1.1) Not permitted. Concrete Aggregate Samples (Sec. 2.4) Not required. Design Calculations (Sec. 3.2.1) Required. Welding Details (Sec. 3.5.2) Not required. Concrete Mix Designs (Sec. 3.6.2) Not required. R- Specials and Fittings (Sec. 4.1) As specified herein. Structural Steel Connections (Sec. 4.4) Interior lining required. 3. MATERIALS. Unless otherwise specified, all materials used in the manufacture of pipe, fittings, and accessories shall conform to AWWA C301. Prestressing Wire (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) (15388 ) 02612 -1- ASTM A648, wire diameter shall be not less than 0.192 inch. Steel Sheets for Pipe Cylinders Not less than 16 gage thickness. Cold -rolled sheets will not be acceptable. Cement ASTM C150, Type II. Cement for mortar coating shall be Type II containing not more than 5 percent tricalcium aluminate. Joint Ring Gaskets AWWA C301, Sections 2.11 and 3.4, except polymer shall be synthetic rubber. Natural rubber will not be acceptable. Joint Lubricant A vegetable base lubricant suitable for use in potable water. Petroleum or animal base lubricants will not be acceptable. Joint Grout One part portland cement to two parts clean masonry sand mixed to a pouring consistency. The sand shall pass a 16 mesh sieve. Cement used for joint grout shall be Type II containing not more than 5 percent tricalcium aluminate. Joint Mortar One part portland cement to two parts clean masonry sand mixed to a stiff consistency. The sand shall pass a 16 mesh sieve. Joint Diapers 24 Inch Pipe and Smaller 27 Inch Pipe and Larger Flanged Joints Flanges Dimensions and Drilling (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) (15388 ) 02612 _2_ Fabric with steel strap in hems, at least 7 inches wide. Fabric with steel strap in hems, at least 9 inches wide. ANSIJAWWA C207, except where otherwise permitted or required. ANSIJAWWA C207, Class D, except where otherwise required. P- Blind Flanges Same as pipe flanges to which they attach, except thickness shall be as indicated on the drawings or specified. Flange Bolting Material Type Bolts and Bolt -Studs Length Ends Threading ^" Bolt Heads Dimensions r-- Nuts Dimensions Threading r= Gaskets Mechanical Couplings (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) (15388 ) 02612 -3- ASTM A307. Bolt and nut; bolt -stud and two nuts permitted for one inch diameter and larger. Such that ends project 1/4 to 1/2 inch beyond surface of nuts. Chamfered or rounded. ANSI B1.1, coarse thread series, Class 2A fit. Bolt -studs may be threaded full length. Studs for tapped holes shall be threaded to match threading in holes. ANSI B18.2.1; regular pattern for square, heavy pattern for hexagonal. Hexagonal. ANSI B18.2.2, heavy, semifinished pattern. ANSI B1.1, coarse thread series, Class 2B fit. ANSI/AWWA C207, ring type; Crane Packing Company "Style 777 - Cloth Inserted Synthetic Rubber Sheet Packing" or Garlock "Style 19 Cloth -Inserted Rubber Sheet Gasketing". Dresser "Style 38", Rockwell "411 Flexible Coupling", or Baker "Series 200"; without pipe stop. Harnessed Restrained Joints Bolts Threading Ends Nuts Threading Dimensions Washers Mechanical Joints Threaded Connections Coatings Rust -Inhibitive Primer Rust -Preventive Compound Coal Tar Primer Medium Consistency Coal Tar Paint Liquid Epoxy (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 02612 (15388 ) -4- ASTM A193, Grade B7. ANSI B1.1, Class 2A fit, coarse thread series for one inch and smaller and 8-thread series for 1-1/8 inch and larger. Chamfered or rounded. Hexagonal, ASTM A194, Grade 2H or better. As specified for bolts except Class 2B fit. ANSI B18.2.2, heavy, semifinished pattern. Hardened steel, ASTM A325. ANSIJAWWA C111. ANSIJASME B1.20.1, NPT. Universal type; Ameron "Amercoat 5105", Cook "391-N-167 Barrier Primer", Koppers "No. 10 Inhibitive Primer", Tnemec 077 Chem -Prime", or Valspar "13-R-28 Chromox Primer". Houghton "Rust Veto 344" or Rust-Oleum "R-9". Koppers "Bitumastic Mill Under- coat" or Valspar 035-J-6 Bituminous Black". Koppers "Bitumastic Super Service Black", Tnemec "46-449 Heavy Duty Black", or Valspar "High -Build Bituminous Coating 35-J-10". AWWA C210. 4. BASIS OF DESIGN. Except as modified herein, pipe and fittings shall be designed in accordance with the governing standard to withstand simultaneous application of the following external loadings and internal pressures: Simultaneous Loadings Field External Load Internal Pressure Pipe pounds per lin ft pounds per square inch Size Cond. A Cond. B Cond. C Cond. A Cond. B Cond. C (in.) 24 4400 4900 4400 60 60 110 36 5000 5850 5000 50 50 100 42 5850 6650 5850 50 50 100 If the pipe is designed in accordance with Appendix A of the governing standard, the equivalent three -edge bearing loads shall be computed by dividing the specified field external loads by a bedding factor of 1.5. If the pipe is designed in accordance with Appendix B of the governing standard, the bedding angle for design calculations shall be 60 degrees. Incipient crack is defined as a 0.001 inch crack, 12 inches long. In design of the pipe, only the core thickness shall be considered; mortar coating shall not be considered as part of the structural wall of the pipe. The center -to -center spacing of prestressing wires shall be not less than two wire diameters. All pipe shall be steam cured. Forms for pipe produced by the vertical casting method shall be left in place at least 12 hours following concrete placement. The combined loads of Condition A shall not exceed those represented by the design load curve in Appendix A or Appendix B of AWWA C301. The combined loads of Condition B, or of Condition C, shall not exceed those represented by the transient load curve in Appendix A or Appendix B of AWWA C301. The combination of the internal load and 1-1/2 times the external load of Condition B and the combination of the external load and 2 times the internal load of Condition C shall be within the ultimate strength of the pipe. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 02612 (15388 ) -5- 5. FITTINGS. Fittings shall comply with Section 4 of AWWA C301. Fittings shall be designed for the same external loads and internal pressures as the adjacent pipe. Steel plates used in the fabrication of fittings and special sections shall have a thickness not less than the outside diameter of the cylinder divided by 165 or shall be 1/4 inch thick, whichever is greater. This minimum wall thickness also applies to the reinforcing bands or saddles used for outlets in pipe and for beveled pipe. The use of metal lugs on fittings for ease of handling will not be permitted. 6. ADAPTERS. Adapters shall be furnished in locations where required for connection to other types of pipe or appurtenances. A spigot or bell joint ring shall be welded to the reinforcement for the concrete pipe portion of the adapter. The other portion of the adapter shall match the pipe or appurtenance to which it is to be connected. 7. WALL FITTINGS. Fabricated steel wall fittings shall be provided at the locations indicated on the drawings. Wall fittings shall be the required length and shall have bells to match the joints on the concrete pipe. 8. RESTRAINED JOINTS. Where specified, joints shall be restrained by clamps, bolts, retaining rings, bolt harness assemblies, or other method acceptable to the Engineer. Welding the joint rings will not be acceptable. Design of harness bolts, if used, shall be based on a maximum stress of 40,000 psi over the tensile stress area of the bolt. The entire length of the 24, 36, and 42 inch suction pipelines shall be designed to resist a thrust of 32, 72, and 70 kips, respectively. The 24 inch discharge pipelines shall be designed to resist a thrust of 18 kips for a length of 55 feet from the pump station. The longitudinal thrust shall be assumed to vary uniformly from a maximum at the bend or dead end to zero at the end of the required length of restrained joint piping. Restrained joints and pipe cylinders shall be designed to withstand the calculated stresses at all points along the length of pipe having restrained joints. The maximum longitudinal stress in pipe cylinders shall not exceed 12,500 psi at the specified working pressure or 15,000 psi at the specified working pressure plus surge pressure. When angular deflection is required at restrained bell -and -spigot joints, special bevels shall be provided for the exact angle. Deflection obtained by opening joints on one side will not be acceptable. 9. REDUCERS. Tapered reducers shall be provided at the locations indi- cated on the drawings. Reducers shall be concentric and shall have a diametrical reduction of not more than 3 inches per foot of length. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 02612 (15388 ) -6- r 10. FLANGED JOINTS. Flange faces shall be normal to the pipe axis. The angular deflection (or layback) of the flange face shall conform to the requirements of Section 4.3 of ANSI/AWWA C207. All flanges, after welding to the pipe, shall be refaced, if necessary, to comply with Section 3.2 of ANSI/AWWA C207. Pipe lengths and the dimensions and drillings of flanges furnished shall be coordinated with the lengths and flanges for the valves, fittings, and other items to be installed in the piping. All mating flanges shall have the same diameter and drilling and shall be suitable for the pressures to which they will be subjected. Blind flanges shall conform in diameter and drilling to the flanges to which they attach. Details of blind flanges shall be subject to review and acceptance by the Engineers -Architects. ... 11. MECHANICAL COUPLINGS. The middle ring of each mechanical coupling shall have a thickness at least equal to that specified for the adapter on which the coupling is to be used and shall be not less than 10 inches long for pipe 36 inches and larger and not less than 7 inches long for pipe under 36 inches in diameter. The interior surfaces of middle rings shall be prepared for painting in accordance with instructions of the paint manufacturer and then coated with liquid epoxy in accordance with AWWA C210. The remaining components shall be cleaned and shop primed with rust -inhibitive primer. 12. MARKING. Each pipe, fitting, or special section shall have plainly and permanently marked thereon: Pipe class. Date of manufacture. Manufacturer's name or trademark. r- On bends, the angle turned, and location of short and long sides. Identification of specials to show proper location in line. On beveled pipe, amount of bevel and point of maximum bevel, marked on the beveled end. '^ Markings shall be indented in the pipe or painted thereon with waterproof paint. Each end of each bevel end pipe, fitting, or special shall be marked with a stripe of paint, approximately 1-1/2 inches wide and 2 feet long, applied along the top center line. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 02612 ... (15388 ) -7- 13. HANDLING. Concrete pipe and fittings shall be handled carefully and shall not be bumped or dropped. Hooks shall not be permitted to come in contact with joint surfaces. 14. LAYING PIPE. Pipe shall be protected from lateral displacement by pipe embedment material installed as specified in the excavation section. Pipe shall not be laid in water or under unsuitable weather or trench conditions. Pipe shall be laid with bell ends facing the direction of laying except when reverse laying is specifically permitted by the Engineers - Architects. Foreign matter shall be prevented from entering the pipe during installation. No tools, clothing, debris, or other foreign material shall be placed in the pipe. Whenever pipe laying is stopped, the open end of the line shall be sealed with a watertight plug. All water in the trench shall be removed prior to removing the plug. 14.01. Cleaning. The interior of all pipe and fittings shall be thoroughly cleaned before installation and shall be kept clean until the work has been accepted. 14.02. Alignment. Piping shall be laid to the lines and grades indi- cated on the drawings. Pipelines or runs intended to be straight shall be laid straight. Curves may be formed by using fittings or beveled joints or by opening the joints.. 14.03. Joint Opening. The minimum reserve extensibility (distance from the near edge of the spigot groove to the edge of the flare of the bell) remaining after joints are deflected shall be not less than the amount indicated on Figure 1-02612 at the end of this section. For bells having a depth of straight portion different from that indicated on Figure 1-02612 and for spigots having sealing and gasket retention space dif- ferent from that indicated on Figure 1-02612, the maximum joint opening shall be correspondingly adjusted. The distance from the face of the spigot to the shoulder of the spigot shall be at least 318 inch greater than the joint depth (distance from face of bell to seat of bell) for 42 inch and smaller pipe, and shall be at least 112 inch greater for pipe larger than 42 inch size. 15. JOINTING. 15.01. Bell -and -Spigot Joints. Rubber and steel joints shall be installed in accordance with the pipe manufacturer's recommendations. Immediately before the pipes are joined, all spigot and bell surfaces shall be thoroughly cleaned and bell surfaces shall be coated with joint (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 02612 (15388 ) -8- lubricant. The gasket shall be lubricated and positioned in the spigot groove so that the gasket is distributed uniformly around the circum- ference. After each joint is completed, the position of the gasket shall be checked using a feeler gauge. If the gasket is not in the proper position, the joint shall be pulled apart, the gasket removed and dis- carded, and the joint reassembled using a new, properly lubricated gasket. Joint lubricant shall be stored in closed containers and shall be kept clean. When installing pipe in cold weather, the joint surfaces and gaskets shall be kept warm and the joint lubricant shall be prevented from freezing. Each exterior joint recess shall be filled with joint grout. A diaper shall be used to prevent foreign material from entering the joint recess before grouting and to serve as a form for the grout. Each diaper shall be of sufficient length to encircle the pipe, leaving enough space between the ends to allow the grout to be poured into place. Joint grout shall be poured between the diaper and the pipe and shall be allowed to run down around to the bottom of the pipe. The grout shall be rodded, while being poured, using a stiff wire curved to the approximate shape of the pipe. Each joint recess shall be completely filled with grout for the full circumference of the pipe. Not less than two lengths of pipe shall be in final position in advance of exterior joint grouting. If pipe embedment operations are resumed before the grout has attained initial set, care shall be taken to prevent damage to the grout while placing and compacting embedment material. After trench backfilling operations have been completed, the inside joint recess of all 24 inch and larger concrete pipe shall be filled with joint mortar. Joint surfaces shall be damp, but free from surface water when the mortar is placed. Mortar shall be thoroughly compacted to completely fill the recess and shall be finished smooth. All excess mortar shall be removed from the pipe. 15.02. Flanged Joints. Care shall be taken in bolting flanged joints so that there is no restraint on the opposite end of the piece which would prevent pressure from being uniformly applied upon the gasket. The pipe ... or fitting must be free to move in any direction while bolting. Bolts shall be gradually tightened in a criss-cross pattern, to ensure a uniform rate of gasket compression around the entire flange. 15.03. Mechanical Couplings. The ends of the pipe on which mechanical couplings are to be placed, and the couplings themselves, shall be clean and free from any dirt or foreign material. Gaskets shall be kept clean with no foreign matter between them and the packing surfaces. Wrenches used in bolting couplings shall be of a type and size recommended by the coupling manufacturer. All bolts shall be tightened approximately the (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 02612 —, (15388 ) -9- same amount with all parts of the couplings square and symmetrical with the pipe. After installation, all exposed surfaces of couplings shall be touched up or reprimed. 15.04. Mechanical Joints. Mechanical joints shall be carefully assem- bled in accordance with the manufacturer's recommendations. If effective sealing is not obtained, the joint shall be disassembled, thoroughly cleaned, and reassembled. Overtightening of gland bolts to compensate for poor installation practice will not be permitted. 16. CONNECTIONS WITH EXISTING LINES. Where connections are made between new work and existing piping, such connections shall be made using fittings suitable for the conditions encountered. Each connection with an existing pipe shall be made at the time and under conditions which will least interfere with service to customers affected thereby, 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. 17. CONCRETE ENCASEMENT AND BLOCKING. Concrete encasement and blocking shall be installed where and as indicated on the drawings. Concrete and reinforcing steel shall be as specified in the cast -in -place concrete section. All pipe to be encased shall be suitably supported and blocked in proper position and shall be anchored against flotation. Blocking shall bear against undisturbed earth. The minimum required bearing area shall be as indicated on the drawings. 18. PROTECTIVE COATINGS. Unless otherwise specified, metal surfaces shall be protected as specified herein. 18.01. Shop Coatings. Bolts and flange faces shall be shop coated with rust -preventive compound as specified. All other metal surfaces, except steel joint rings, shall be shop primed with coal tar primer as specified. All surfaces of steel joint rings exposed in finished pipe shall be protected from corrosion by a shop -applied coat of rust -inhibitive primer or a coating of metallic zinc not less than 0.004 inch thick applied by the metalizing process. 18.02. Surfaces Exposed Underground. All metal surfaces which will be in contact with backfill after installation shall be diapered and grouted. 19. PRESSURE AND LEAKAGE TESTING. After installation, prestressed concrete cylinder piping shall be tested for defective workmanship and materials by being subjected to a hydrostatic test as set forth in the pipeline pressure and leakage testing section. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) (15388 ) 02612 -10- 20. DRAWINGS AND DATA. Drawings, specifications, installation sched- ules, and other data showing complete details of the design, fabrication, construction, field locations and elevations, and installation of pipe, fittings, specials, and connections, together with complete data covering all materials proposed for use, shall be submitted in accordance with the submittals section. The drawings and data shall include, but shall not -' be limited to, the following for each size of pipe: Pipe design. Details of fittings and specials. Test reports. Laying schedule complete with an explanation of all abbreviations used in the schedule. ,-- (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 02612 (15388 ) -11- !_ o �Et- F = I r 0 m Deoth of straight portion of bell E m Minimum resarve extelnsibility F a Sealing ana gasket retention sosa J • Maximum joint ooening Pica 0 E F 1 Size Lavout Installea Lavout instailea fail OLnrmeM an in IneMd 16.30 2-1/4 9/16 7/16 1.1/8 9/16 11/16 36 2.3/8 5/8 1/2 1.1/8 5/8 3/4 42(l) 2.3/4 718 3/4 1.1/8 3/4 7/8 4242) 3.1/8 1.1/8 1 1.1/8 7/8 1 4841l 2.7/8 7/8 3/4 1.1/8 7;8 1 48i2) 3.1/8 1 7/8 1.1/8 1 1.1/8 54 3.1/8 718 3/4 1•1/8 1.1/8 1.1/4 60 3.1/4 7/8 3/4 1.1/8 1.1/4 1.3/8 66 3.3/8 718 314 1.1/8 1.3/8 1.1/2 72 3.1/2 1 7/8 1.1/8 1.3/8 1.1/2 78 3.3/8 1 7/8 1.1/4 1.1/8 1.1/4 84 3.6/8 1 718 1.1/4 1.3/8 1.1/2 90 3.3/4 1 7/8 1.1/4 1.1/2 1.5i8 96 3.7/8 1.1/8 1 1.1/4 1.1/2 1.5/8 102 3.3/8 1 7/8 1.1/4 1.3/8 1.1/2 108 4-1/4 1.1/8 1 1.3/8 1.3/4 1.7/8 114 4.1/4 1.1/8 1 1.3/8 1.3/4 1.7/8 120 4-1/4 1.1/8 1 1.3/8 1.3/4 1.7/8 Llneo ool,. w l21 Emosoom Conow MAXIMUM JOINT OPENING FOR DEFLECTED RUBBER AND STEEL JOINTS sw=X PRESTRESSED CONCRETE I i«�c.n. CYLINDER PIPE Figure 1-02612 Section 02630 - POLYVINYL CHLORIDE PIPE 1. SCOPE. This section covers 24 inch polyvinyl chloride (PVC) pipe and fittings to be furnished and installed complete with all jointing materials and accessories, anchors and blocking, and other necessary appurtenances. Pipe shall be installed and tested in accordance with the sections covering excavation and pipeline pressure and leakage testing. Pipe shall be furnished and installed where indicated in the pipeline schedule. 2. MATERIALS. Pipe ASTM D2241, ASTM D1784 cell classifi- cation (12454), PVC 1120; minimum 100 psi pressure rating, minimum wall thickness corresponding to SDR 41. Joints ASTM D3139, push -on type with flexible elastomeric seals. Gaskets ASTM F477, synthetic rubber, 100 psi rated; natural rubber is not accept- able. Fitting Fusion -bonded epoxy coated steel fittings with push -on type joints. 3. PROOF OF DESIGN TESTS. The tests described in this article are for proof of design only and it is not necessary that such tests are performed on pipe manufactured specifically for this contract. Certi- fied reports covering tests made on other pipe and joints of the same size, SDR, manufactured from materials of equivalent type and quality, may be accepted as adequate proof of design. Certified reports covering tests on pipe and joints shall be submitted. The proof of design tests shall be: a. Pipe Joints. Burst and sustained pressure tests made in accordance with Section 7 of ASTM D2241 for SDR 41 pipe made with 1120 PVC. b. Joint Tests. Internal pressure and vacuum tests made in accordance with Section 6 of ASTM D3139 for a rated pressure of 100 psi. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 02630 �. (15388 ) -1- 4. FITTINGS. All bends, tees, closure fittings, and other fittings which are indicated on the drawings or required to complete the work shall be furnished in fusion bonded epoxy coated steel fittings, as manufactured by the Ames Company. The fittings shall be suitable for installation on the specified pipe without the use of modified gaskets or adapters. The fittings shall be designed for a working pressure up to 125 psi. Where restraint of a fitting to a valve is required, suitable lugs shall be provided on the fitting. 5. HANDLING. Pipe and fittings shall be handled carefully and shall not be bumped or dropped. Hooks shall not be permitted to come in contact with joint surfaces. 6. CLEANING. All pipelines shall be clean and free of dirt, rocks, debris, or other foreign material of any kind when placed in service. The interior of all pipe and fittings shall be thoroughly cleaned before installation and shall be kept.clean until the work has been accepted. Foreign matter shall be prevented from entering the pipe during installa- tion. Whenever pipe laying is stopped, the open end of the line shall be sealed with a watertight plug. All water in the trench shall be removed prior to removing the plug. 7. 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. Unless otherwise specified or shown, and subject to the acceptance of the Engineers -Architects, either shorter pipe sections or fittings shall be installed as required to maintain the indicated alignment or grade. High points in pipelines which will allow air to collect will not be per- mitted unless an air release valve at that location is indicated on the drawings. 8. LAYING PIPE. Pipe shall be protected from lateral displacement by pipe embedment material installed as specified in the excavation section. Under no circumstances shall pipe be laid in water and no pipe shall be laid under unsuitable weather or trench conditions. Pipe shall be laid with bell ends facing the direction of laying except when reverse laying is specifically permitted by the Engineer. 9. JOINTING. Bell and spigot joints shall be installed in accordance with the pipe manufacturer's recommendations. Immediately before the pipe is jointed, all exterior spigot and interior bell surfaces shall be (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 02630 (15388 ) -2- thoroughly cleaned and well lubricated with a vegetable soap solution. Lubricant shall be stored in closed containers and shall be kept clean. .. The position and condition of the rubber gasket shall be checked before the next piping unit is installed. 10. CONNECTIONS WITH EXISTING LINES. Where connections are made between new work and existing piping, such connections shall be made using fittings suitable for the conditions encountered. Each connection with an existing pipe shall be made at the time and under the conditions -- specified in the project requirements section, and as authorized by the Engineer. 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. 11. CONCRETE ENCASEMENT AND BLOCKING. Concrete encasement and blocking shall be installed where and as indicated on the drawings. Concrete and reinforcing steel shall be as specified in the cast -in -place concrete section. All pipe to be encased shall be suitably supported and blocked in proper position and shall be anchored against flotation. Blocking shall bear against undisturbed earth. Minimum bearing area shall be as indicated on the drawings. 12. HYDROSTATIC TESTS. After installation, PVC piping shall be tested for defective workmanship and materials by being subjected to pressure and leakage tests as specified in the pressure and leakage testing -- section. 13. DRAWINGS AND DATA. Drawings, specifications, installation schedules, and other data showing complete details of the design, testing, field locations and elevations, and installation of pipe, fittings, and connections, together with complete data covering all materials proposed for use, shall be submitted in accordance with the submittals section. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 02630 (15388 ) -3- Section 02704 - PIPELINE PRESSURE AND LEAKAGE TESTING 1. SCOPE. This section covers field hydrostatic pressure and leakage testing of the pipelines set forth herein. 2. GENERAL. Unless otherwise specified, testing of pipelines shall be completed prior to final cleaning. The Engineer shall be present during the performance of all testing work and shall be notified of the time and place of testing at least 3 days prior to commencement of the work. All work shall be performed to the satisfaction of the Engineer. 2.01. Testing Schedule and Procedure. A testing schedule and test procedure shall be submitted to the Engineer for review and acceptance not less than 21 days prior to commencement of testing work. The schedule shall indicate the proposed time and sequence of testing of each pipeline. The testing procedure shall establish the limits of the each pipeline to be tested, the position of all valves during testing, the location of temporary bulkheads, and all other procedures to be followed in performing the required testing work. 2.02. Water. Water used for testing shall be furnished as stipulated in the temporary facilities section. Water shall be conserved through collection and reuse in subsequent testing work. Following completion of testing work, the water shall be disposed of in a manner acceptable to the Engineer. Unless otherwise permitted, the water shall not be allowed to enter other parts of the pipeline. 2.03. Filling and Venting. When filling the line with water, care shall be taken to ensure that all air release valves and other venting devices are properly installed and in the open position. Hand -operated vent valves shall not be closed until water flows in an uninterrupted stream from each valve. Care shall be taken to ensure that the rate at which each line is filled with water does not exceed the venting capacity of the installed air vent valves and devices. 2.04. Blocking and Backfilling. Piping shall be adequately blocked, anchored, and supported before the test pressure is applied. Unless otherwise permitted, underground piping shall be tested before the joints are covered. 2.05. Test Equipment. All necessary piping connections between the line to be tested and the water source, together with pumping equipment, water meter, pressure gauges, and all other equipment, materials, and facili- ties required to perform the specified tests, shall be provided by Contractor. All flanges, valves, bulkheads, bracing, blocking, and other sectionalizing devices required shall also be provided. All temporary (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 02704 (15388 ) -1- sectionalizing devices shall be removed upon completion of testing. Vents shall be provided in test bulkheads where necessary to expel air from the line to be tested. Test pressures shall be applied by means of a force pump sized to provide and maintain the required pressure without interruption during the test. Water meters and pressure gauges shall be accurately calibrated and shall be subject to review and acceptance by the Engineer. Permanent gauge connections shall be installed at each location where test gauges are connected to the pipeline during performance of the required tests. Drilling and tapping of pipe walls will not be permit- ted. Upon completion of testing work, each gauge connection shall be fitted with a removable plug or cap acceptable to the Engineer. a-- 3. PRESSURE TESTING. After the section of line to be tested has been filled with water, the test pressure shall be applied and maintained without interruption for 2 hours plus any additional time required for the Engineer to examine all piping undergoing the test and for the Contractor to locate all defective joints and pipe materials. 3.01. Test Pressure. Unless otherwise noted, each discharge piping system shall be subjected to a test pressure of 100 psi measured at the lowest point in the line. Each suction piping system shall be subjected to a test pressure of 25 psi. 4. LEAKAGE TESTING. Following completion of pressure testing and acceptance by the Engineer, each section of the pipeline shall be sub- jected to a leakage test. The duration of the leakage test shall be 2 hours plus the additional time required by the Engineer for an accurate determination of line leakage. 4.01. Leakage Test Pressure. The hydrostatic pressure maintained during the leakage test shall be at least 75 percent but not more than 100 per- cent of the pressure specified for pressure testing of the pipeline and shall be maintained within plus or minus 5 percent during the entire time that leakage measurements are being performed. 4.02. Leakage Measurement. Measurement of leakage shall not be attempted until all trapped air has been vented and a constant test pressure has been established. After the pressure has stabilized, line leakage shall be measured by means of a suitable water meter installed in the pressure supply piping on the pipeline side of the force pump. 4.03. Allowable Leakage. The term "leakage", as used herein, shall be _ the total amount of water which must be introduced into the line during the leakage test to maintain the test pressure. No section will be accepted if and while it exhibits a leakage rate in excess of that determined by the following formula: (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 02704 (15388 ) -2- where Q = 0.0075 DLN Q = allowable leakage in gallons per hour D = nominal diameter of pipe in inches L = length of section tested in thousand feet N = square root of average test pressure in psi Whenever the pipeline to be tested contains pipe of different diameters, the allowable leakage shall be calculated separately for each diameter and corresponding length of line. The resulting allowable leakage rates shall be added to obtain the total allowable leakage for the entire pipeline. All joints in piping shall be watertight and free from visible leaks during the leakage test. Each leak which is discovered within the correction period stipulated in the General Conditions of the Agreement shall be repaired by and at the expense of the Contractor regardless of any amount that the total line leakage rate, during the leakage test, may have been below the specified allowable leakage rate. If the leakage test indicates a line leakage rate exceeding the allowable, the Contractor shall locate and repair leaking joints and other defective items of work to the extent necessary to reduce the line leakage to an acceptable amount. All additional work performed including retesting of the line will be at the Contractor's expense. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 02704 (15388 ) -3- ^ Section 02840 - TRENCH PROTECTIVE SYSTEMS 1. SCOPE. The requirements of this section are minimum requirements and are not intended to limit the scope of the Contractor's safety program. ^ 2. GENERAL. Trench protective systems shall be provided for all trenches having a depth exceeding 5 feet. All trench protection work performed and protective systems installed shall conform to the requirements set forth in OSHA proposed rule Subpart P.- Excavations, including Appendices A, B, and C thereto, appearing on pages 12325 through 12336 inclusive in the Federal Register, Vol. 52, No. 72, April 1987. Prior to beginning construction, the Contractor shall submit to owner a trench safety plan containing detailed plans and specifications for ade- quate trench protective systems. The plan must be designed and sealed by a professional engineer registered in the State of Texas with professional experience in trench protective systems. The plan shall be submitted to the owner for record purposes only. No review or approval of the plan will be made by the Owner. No claims for delay will be permitted. ^ The Contractor shall be solely responsible for trench safety and shall provide a competent person to supervise trenching activities. The Con- tractor's trenching supervisor shall be present at the site of trenching work during all trenching operations. ^ 3. TEST HOLES. Logs of test holes are bound as an appendix to these specifications, as indicated in the Special Conditions. The Contractor shall be responsible for obtaining any additional borings and soil analysis as required for the design of the trench safety plan. 4. TRENCH PROTECTIVE SYSTEMS. Contractor may meet the requirements for trench protective systems in three ways: 1 Minimum angle of repose for sloping of the sides of excavations. 2. Utilization of trench box. 3. Shoring, sheeting, and bracing methods. Contractors electing to utilize the minimum angle of repose must submit a detailed plan of the excavation areas with cross sections and assess the impact on existing right-of-way and infrastructure. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 02840 (15388 ) -1- Contractor electing to utilize a trench box must submit physical dimen- sions, materials, position in the trench, expected loads, and the strength of the box. Contractor electing to utilize shoring, sheeting, and bracing must submit dimensions and materials (to include strengths, grades, etc.) of all up- rights, stringers, cross -bracing, and spacing required. In addition, contractor must maintain on file with Owner a current trench safety program governing its operations hereunder. 5.. MEASUREMENT AND PAYMENT. The preparation of the trench safety plan and the installation, maintenance, inspection, and removal of trench pro- tective systems shall be measured and payment made by the lump sum price bid. A percentage of that lump sum, based upon percentage of actual work done, shall be included in each application for payment. Payment shall constitute full compensation for all labor, equipment, and materials necessary to complete the item. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 02840 (15388 ) -2- Section 03300 - CAST -IN -PLACE CONCRETE 1. SCOPE. This section covers all cast -in -place concrete, including reinforcing steel, forms, finishing, curing, and other appurtenant work. 2. GENERAL. 2.01. General Requirements. All cast -in -place concrete shall be accu- rately formed and properly placed and finished as indicated on the drawings and specified herein. The Contractor shall inform the Engineer at least 24 hours in advance of the times and places at which he intends to place concrete. 2.02. Data and Drawings. All submittals of data and drawings shall be in accordance with the submittals section unless otherwise noted herein. 3. MATERIALS. Cement ASTM C150, Type I or II. 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. Coarse Aggregate Crushed rock, washed gravel, or other inert granular material conforming to ASTM C33, except that clay and shale particles shall not exceed one percent. Water Clean and free from deleterious substances. Admixtures Retarder ASTM C494, Type D, nonair- entraining solution of metallic salts of hydroxylated carboxylic acids; Grace "Daratard-HC", Master Builders "MB-HC", Protex �— "Protard", or Sika Chemical "Plastiment". (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT II ) (15388 ) 03300 -1- Plasticizer ASTM C494, Type A, nonair- entraining solution of metallic salts of hydroxylated carboxylic acids; Grace "WRDA-HC" or Master Builders "MBHC-N". Air -Entraining Agent Reinforcing Steel Forms Bars, Except Weldable Bars, Weldable Beam Stirrups and Column Ties Column Spirals Welded Wire Fabric Bar Supports Mechanical Connections Prefabricated ASTM C260; Grace "Daravair", Master Builders "MB-VR", Protex "AES", or Sika Chemical "AER". ASTM A615, Grade 60, deformed. ASTM A706 or A615, Grade 60, deformed, with maximum carbon equivalent of 0.55. ASTM A615, Grade 40, deformed. ASTM A82, cold drawn wire. ASTM A185 or A497. CRSI Class 1, plastic protected, or Class 2, stainless steel protected. Erico Products "Cadweld T-Series" or "Lenton", or Richmond "Dowel Bar Splice System". Simplex "Industrial Steel Frame Forms", Symons "Steel Ply", or Universal "Uni-form". Plywood Product Standard PS1, waterproof, resin -bonded, exterior type Douglas fir; face adjacent to concrete Grade B or better. Fiberboard (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT II ) (15388 ) 03300 -2- Fed Spec LLL-B-810, Type II tempered, waterproof, screenback, concrete form hardboard. Lumber Chamfer Strips Form Coating I-- Wedge Inserts Straight, uniform width and thickness, and free from knots, offsets, holes, dents, and other surface defects. Clear white pine, surface against concrete planed. Nox-Crete "Form Coating", L&M "Debond", Protex "Pro -Cote", or Richmond "Rich Cote"; nonstaining and nontoxic after 30 days. Malleable iron, with galvanized askew -head bolts, nuts, and washers; Hohmann and Barnard "HW", Richmond "Peerless", or Weston "WC50". Polyethylene Film Product Standard PS17; 6 mil. Membrane Curing Compound Fed Spec TT-C-800, Type I, and Floor Sealer Class 1; min 18 percent solids; nonyellowinp unit moisture loss 0.039 gm/cm max; Gifford -Hill "Sealco 800", ProSoCo "Kure and Seal", Protex "Acrychlor", or Sonneborn "Kure-N-Seal". 4. PRELIMINARY REVIEW. As stipulated in the quality control section, ®" all tests and reports required for preliminary review shall be made by an independent testing laboratory at the expense of the Contractor. Reports covering 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 work is started. Review of these reports will be for general acceptability only and continued compliance with all contract provisions will be required. 4.01. Aggregates. Reports on aggregates shall include the following information: a. Fine Aggregate. 1. Source and type. 2. Gradation. 3. Deleterious substances. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT II ) 03300 (15388 ) -3- b. Coarse Aggregate. 1. Source and type. 2. Gradation and abrasion loss. 3. Deleterious substances. 4. Results of sodium or magnesium sulfate soundness test. 4.02. Mix Design. Using concrete materials acceptable to the Engineer, a tentative concrete mix shall be designed and tested for each size and gradation of aggregates and for each consistency intended for use on the work. Design quantities'and test results of each mix shall be submitted for review. Mixes shall be adjusted in the field as necessary to meet the requirements of these specifications. The report for each tentative concrete mix submitted shall contain the following information: Slump on which design is based. Total gallons of water per cubic yard. Brand, type, composition, and quantity of cement. Brand, type, composition, and .:quantity of fly ash. Specific gravity and gradation of each aggregate. Ratio of fine to total aggregates. Weight (surface dry) of each aggregate per cubic yard. Brand, type, ASTM designation, active chemical ingredients, and quantity of each admixture. Air content. Compressive strength based on 7 day and 28 day compression tests. Time of initial set. 4.03. Testing. Aggregates shall be sampled and tested in accordance with ASTM C33. In addition, the bulk specific gravity of each aggregate shall be determined in accordance with ASTM C127 and ASTM C128. Two sets of compression test cylinders, three cylinders per set, shall be made from each proposed concrete mix. One set of three cylinders shall be tested at an age of 7 days and the other set shall be tested at an age (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT II ) 03300 (15388 ) -4- 19 of 28 days. Concrete test specimens shall be made, cured, and stored in conformity with ASTM C192 and tested in conformity with ASTM C39. Slump shall be determined in accordance with ASTM C143 and total air content shall be determined in conformity with ASTM C231. Initial set tests shall be made at ambient temperatures of 70 F and 90 F to determine compliance with the initial set time specified herein. The test at 70 F shall be made using concrete containing the specified plasticizing and air -entraining admixtures. The test at 90 F shall be made using concrete containing the specified retarding and air -entraining admixtures. Initial set shall be determined in accordance with ASTM C403. 5. LIMITING REQUIREMENTS. Unless otherwise specified, each concrete mix shall be designed and concrete shall be controlled within the following limits. 5.01. Cement Content. The quantity of portland cement, expressed in pounds per cubic yard, shall be as indicated in the following table. These minimum cement quantities shall apply only to concrete containing a specified water -reducing admixture. If, for any reason, the water - reducing admixture is omitted, the cement shall be increased 10 percent. At the option of the Contractor, fly ash may be substituted for up to 15 percent of the portland cement quantity shown on the basis of 1.5 pounds of fly ash for each pound reduction in cement. Coarse Aggregate Size From No. 4 Sieve to Concrete Slump 1 2" 3 4" 1" 2 inches 573 545 517 3 inches 592 564 536 4 inches 611 583 555 5 inches 630 602 573 6 inches 649 620 592 5.02. Total Water Content. Total water content of concrete shall not exceed 5.7 gallons of water per hundred pounds of cement in the mix, or equivalent cement weight if fly ash is added. 5.03. Slump. Concrete slump shall be kept as low as possible consistent with proper handling and thorough compaction. Unless otherwise author- ized by the Engineer, slump shall not exceed 4 inches. 5.04. Ratio of Fine to Total Aggregates. The ratio of fine to total aggregates based on solid volumes (not weights) shall be: r- --� (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT II ) 03300 (15388 ) -5- Coarse Aggregate Minimum Maximum Size Ratio Ratio 1/2 inch 0.40 0.55 3/4 inch 0.35 0.50 1 inch 0.30 0.46 5.05. Initial Set. The initial set as determined by ASTM C403 shall be attained 5-1/2 hours plus or minus one hour after the water and cement are added to the aggregates. The quantity of retarding admixture shall be adjusted to compensate for variations in temperature and job conditions. 5.06. Total Air Content. The total volumetric air content of concrete after placement shall be 6 percent plus or minus one percent. Air may be omitted from interior slabs which are to be trowel finished. 5.07. Admixtures. The admixture content, batching method, and time of introduction to the mix shall be in accordance with the manufacturer's recommendations for minimum shrinkage and for compliance with these specifications. A water -reducing admixture shall be included in all concrete. No calcium chloride or admixture containing chloride from other than impurities from admixture ingredients will be acceptable. 5.08. Strength. The minimum acceptable compressive strengths as deter- mined by ASTM C39 shall be: Age Minimum Strength 7 days 2500 psi 28 days 3750 psi 6. STORAGE OF MATERIALS. Cement and fly ash shall be stored in suitable moistureproof enclosures. Cement and fly ash which have become caked or lumpy shall not be used. Aggregates shall be stored so that segregation and the inclusion of foreign materials is 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 will keep the steel from contact with the ground. 7. FORMS. Forms shall be designed to produce hardened concrete having the shape, lines, and dimensions indicated on the drawings. Forms shall conform to ACI 347 and the following additional requirements. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT II ) 03300 (15388 ) -6- Forms for surfaces which will be exposed to view when construction is completed shall be prefabricated plywood panel forms, job -built plywood forms, or forms that are lined with plywood or fiberboard. Forms for exposed surfaces shall be laid out in a regular and uniform pattern with the long dimension of panels vertical and all joints aligned. The forms shall produce finished surfaces that are free from offsets, ridges, waves, and concave or convex areas, within the tolerances specified herein. Plywood or lined forms will not be required for surfaces which are normally submerged or not ordinarily exposed to view, such as the insides of manholes, basins, and reservoirs. Other types of forms, such as steel or unlined wooden forms, may be used for surfaces which are not restricted to plywood or lined forms and may be used as backing for form linings. Concrete forms are required above all extended footings. Flat segmental forms not more than 24 inches wide may be used for forming curved surfaces 25 feet in diameter or larger. 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. Where concrete is placed against rock, all loose pieces of rock shall be removed and the exposed surface cleaned with a high-pressure hose. 7.01. Design. Forms shall be substantial and sufficiently tight to prevent leakage of mortar. Forms shall be braced or tied to maintain the desired position, shape, and alignment during and after concrete place- ment. Walers, studs, internal ties, and other form supports shall be sized and spaced so that proper working stresses are not exceeded. Beams and slabs supported by concrete columns shall be formed so the column forms may be removed without disturbing the supports for the beams or slabs. Wherever the top of a wall will be exposed to weathering, the forms on at least one side shall not extend above the top of the wall and shall be brought to true line and grade. At other locations, forms shall be brought to a true line and grade, or a wooden guide strip shall be pro- vided at the proper location on the forms so that the top surface can be finished with a screed or template for concrete which is to be finished to a specified elevation, slope, or contour. At horizontal construction joints in walls, the forms on one side shall not extend more than 2 feet above the joint. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT II ) 03300 �- (15388 ) -7- Temporary openings shall be provided at the bottom of column and wall forms and at other points where necessary to facilitate cleaning and inspection. 7.02. 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. Cones shall be provided on the outer ends of each tie and the permanently embedded portion shall be at least one inch back from the concrete face. Form ties for water -bearing walls shall be provided with waterseal washers located on the permanently embedded portions of the ties at the approximate center of the wall. Permanently embedded portions of form ties which are not provided with threaded ends shall be constructed so that the removable ends are readily broken off without damage to the concrete. The type of form ties used shall be acceptable to the Engineer. Form ties in exposed surfaces shall be uniformly spaced and aligned in horizontal and vertical rows. 7.03. 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. Equipment bases shall have formed beveled salient edges for all vertical and hori- zontal corners unless specifically indicated otherwise on the drawings. Unless otherwise noted, bevels shall be 3/4 inch wide. 7.04. Form Removal. Forms shall not be removed or disturbed until the concrete has attained sufficient strength to safely support all dead and live loads. Shoring beneath beams or slabs shall be left in place and reinforced as necessary to carry any construction equipment or materials placed thereon. Care shall be taken in form removal to avoid surface gouging, corner or edge breakage, and other damage to the concrete. 8. REINFORCEMENTS. Reinforcements shall be accurately formed and shall be free from loose rust, scale, and contaminants which reduce bond. Unless otherwise indicated on the drawings or specified herein, the details of fabrication shall conform to ACI 315 and 318. Welded wire fabric will be acceptable in lieu of individually placed bars. 8.01. Shop Drawings and Bar Lists. Bar lists and drawings for the fabrication and placing of reinforcements shall be submitted for review. 8.02. Placement. Reinforcements shall be accurately positioned on supports, spacers, hangers, or other reinforcements and shall be secured in place with wire ties or suitable clips. With the exception of contact splices, the clear distance between par- allel bars shall be not less than 2-1/2 inches. Where reinforcements in beams are placed in two or more layers, the bars in the upper layer shall be placed directly above the bars in the lower layer. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT II ) 03300 (15388 ) -8- Reinforcements shall supported by concrete -^ been placed. not be installed for beams or slabs which are columns until after the concrete for the column has 8.03. Splices. Splices shall conform to the details indicated on the drawings. Splices at locations other than those indicated on the drawings shall be acceptable to the Engineer. Except where indicated on the drawings, welding or tack welding of reinforcement is prohibited. Where welding is indicated on the drawings, weldable reinforcing steel having a carbon equivalent of not more than 0.55 shall be provided, and preheating and welding shall conform to AWS D1.4. Reinforcements upon which improper or unauthorized welding has been done shall be removed and replaced. Whenever bars in tie beams subject to tensile loading must be spliced, a full mechanical connection in compliance with ACI 318 shall be provided. A full mechanical connection shall develop in tension and compression at least 125 percent of specified yield strength of the spliced bars. Splices in adjacent bars shall be spaced at least 30 inches apart. 9. EMBEDMENTS. Anchor bolts, castings, steel shapes, conduit, sleeves, masonry anchorage, and other materials that are to be embedded in the concrete shall be accurately positioned in the forms and securely anchored. Conduits shall be installed between the reinforcing steel in walls or slabs which have reinforcement in both faces. In slabs which have only a single layer of reinforcing steel, conduits shall be placed under the reinforcement. ..� Unless installed in pipe sleeves, anchor bolts shall have sufficient threads to permit a nut to be installed on the concrete side of the form or template. A second nut shall be installed on the other side of the form or template, and the two nuts shall be adjusted so that the bolt will be held rigidly in proper position. Embedments shall be clean when installed. After concrete placement, surfaces not in contact with concrete shall be cleaned of concrete spatter and other foreign substances. 10. BATCHING AND MIXING. Concrete shall be furnished by an acceptable ready -mixed concrete supplier and shall conform to ASTM C94. 10.01. 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. 10.02. Delivery Tickets. A delivery ticket shall be prepared for each load of ready -mixed concrete. A copy of each ticket shall be handed to the Engineer by the truck operator at the time of delivery. Tickets (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT II ) ., (15388 ) 03300 -9- shall show the mix identification, quantity delivered, the amount 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. 11. PLACEMENT. The limits of each concrete pour shall be predetermined by the Contractor and shall be acceptable to the Engineer. All concrete within such limits shall be placed in one continuous operation. Before concrete is placed, forms, reinforcements, water stops, anchor bolts, and embedments shall be rigidly secured in proper position; all dirt, mud, water, and debris shall be removed from the space to be occupied by concrete; all surfaces incrusted with dried concrete from previous placement operations shall be cleaned; and the entire installa- tion shall be acceptable to the Engineer. 11.01. Bonding to Hardened Concrete. The surface of hardened concrete upon which fresh concrete is to be placed shall be rough, clean, sound, and damp. The hardened surface shall be cleaned of all laitance, foreign substances (including curing compound), washed with clean water, and wetted thoroughly preceding placement of fresh concrete. Coarse aggregate shall be omitted from the first batch or batches of concrete placed on hardened concrete in wall or column forms. The mortar puddle shall cover the hardened concrete to a depth of at least 2 inches at every point. 11.02. Conveying Concrete. Concrete shall be conveyed to the point of final deposit by methods which will prevent separation or loss of ingredients. Concrete shall be placed in final position without being moved laterally in the forms more than 5 feet. 11.03. Placing Concrete. Concrete shall be placed in approximately horizontal layers of proper depth for effective compaction; however, the depth of a layer shall not exceed 24 inches. Each layer of concrete shall be plastic when covered with the following layer, and the forms shall be filled at a rate of vertical rise of not less than 2 feet per hour. Vertical construction joints shall be provided as necessary to comply with these requirements. Concrete shall be placed and compacted in wall or column forms before any reinforcing steel is placed in the system to be supported by such walls or columns. The portion of any wall or column placed monolithically with a floor or roof slab shall not exceed 6 feet of vertical height. Con- crete in walls or columns shall settle at least 2 hours before concrete is placed in the structural systems to be supported by such walls or columns. Concrete shall be thoroughly settled when top finished. All laitance, debris, and surplus water shall be removed from concrete surfaces at tops of forms by screeding, scraping, or other effective means. Wherever the (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT II ) (15388 ) 03300 -10- top of a wall will be exposed to weathering, the forms shall be over- filled and after the concrete has settled, the excess shall be screeded off. 11.04. Compaction. During and immediately after placement, concrete shall be thoroughly compacted and worked around all reinforcements and embedments and into the corners of the forms. Mechanical vibrators shall be used which will maintain at least 9,000 cycles per minute when immersed in the concrete. Each vibrator shall be driven by not smaller than a 1-1/2 hp motor. Number and type of vibrators shall be acceptable to the Engineer. 11.05. Cold Weather Concreting. Except as modified herein, cold weather concreting shall comply with ACI 306. The temperature of concrete at the time of mixing shall be not less than that shown in the following table for corresponding outdoor temperature (in shade) at the time of placement: Outdoor Temperature Concrete Temperature Between 40 F and 45 F 60 F Above 45 F 45 F When placed, heated concrete shall not be warmer than 80 F. When freezing temperatures may be expected during the curing period, the ..� concrete shall be maintained at a temperature of at least 50 F for 5 days or 70 F for 3 days after placement.' Concrete and adjacent form surfaces shall be kept continuously moist. Sudden cooling of concrete shall not be permitted. 11.06. Hot Weather Concreting. Except as modified herein, hot weather concreting shall comply with ACI 305. At air temperatures of 90 F or -� above, concrete shall be kept as cool as possible during placement and curing. The temperature of the concrete when placed in the work shall not exceed 90 F. Plastic shrinkage cracking, due to rapid evaporation of moisture, shall be prevented. Concrete shall not be placed when the evaporation rate (actual or anticipated) equals or exceeds 0.2 pound per square foot per hour, as determined by Figure 2.1.5 in ACI 305. 11.07. Placement Sequence. To reduce to a minimum the effect of shrinkage in producing cracks, the concrete for the pumping station foundation shall be placed as follows: a. Bottom Slab. The bottom slab shall be divided into sections not greater than 60 feet in their longest dimension. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT II ) 03300 (15388 ) -11- b. Walls. Walls shall be divided into sections not greater than 60 feet in length. A section near the center of each wall shall be placed first. Sections shall be placed alternately, first on one side and then on the other side of the previously placed section. Placement shall be scheduled so that one end of each section is free, except at corner closures. C. Top Slab. The top slab shall be placed in the manner described for the bottom slab. No two abutting sections shall be placed within a period of 72 hours, unless otherwise authorized by the Engineer. 12. TESTING. Field control tests, including aggregate gradation tests, slump tests, air content tests, and making compression test cylinders, shall be performed by the. Contractor's testing laboratory personnel. If any test indicates the materials, whether installed or not, fail to meet specification requirements, the materials shall be removed and replaced or remedied until such complies with the specification. All remedial work or replacement materials shall be at Contractor's expense. 12.01. Aggregate Gradation. Each 100 tons of fine aggregate and each 200 tons of coarse aggregate shall be sampled and tested in accordance with ASTM D75 and C136. 12.02. Fly Ash. Each 400 tons of fly ash shall be sampled and tested in accordance with ASTM C618 and C311, respectively. The Contractor shall supply the Engineer with certified copies of supplier (source) test reports showing chemical composition and physical analysis, and certify- ing that the fly ash complies with the specifications for each shipment delivered to the concrete supplier. The certification shall be signed by both the Contractor and the concrete supplier. 12.03. Slump. A slump test shall be made for each 50 cubic yards of concrete. Slump shall be determined in accordance with ASTM C143. 12.04. Air Content. An air content test shall be made from one of the first three batches mixed each day, and from each batch of concrete from which concrete compression test cylinders are made. Air content shall be determined in accordance with ASTM C231. 12.05. Compression Tests. Two sets of four concrete compression test cylinders shall be made each day when from 25 to 100 cubic yards of con- crete are placed. Two additional sets shall be made from each additional 100 cubic yards, or major fraction thereof, placed in any one day. Two cylinders of each set shall be tested at an age of 7 days and the other cylinders shall be tested at an age of 28 days. Compression tests will be evaluated in accordance with ACI 214 and 318. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT II ) 03300 (15388 ) -12- r-- Test cylinders shall be made, cured, stored, and delivered to the labora- tory in accordance with ASTM C31 and tested in accordance with ASTM C39. Each set of compression test cylinders shall be marked or tagged with the date and time of day the cylinders were made, the location in the work where the concrete represented by the cylinders was placed, the delivery truck or batch number, the air content, and the slump. 12.06. Test Reports. Test reports shall be prepared and shall be distributed by the testing laboratory directly to the Owner, Engineers - Architects, Engineer, and Contractor in accordance with the quality control section. 13. CONSTRUCTION JOINTS. Construction joints shall be made at locations indicated on the drawings or specified. Construction joints shall not be made at other locations without the concurrence of the Engineer. 13.01. Location. Construction joints shall be located at floor levels. Construction joints in beams and slabs shall be perpendicular to the planes of their surfaces. 13.02. Watertight Joints. All construction joints shall be watertight and shall be provided with continuous metal water stops, whether indicated on drawings or not. Metal water stops shall be of the size and thickness indicated on the drawings, shall be made from ungalvanized steel, and shall be clean and free from coatings that would weaken the bond with concrete. Each water stop shall be continuous throughout the length of the construction joint in which it is installed. Junctions between adjacent sections shall be lapped 5 inches and securely bolted or welded together. All metal water stops shall be maintained in proper position until the surrounding concrete has been deposited and compacted. 14. FINISHING UNFORMED SURFACES. Buried and permanently submerged concrete blocking and encasement will require no finishing except that necessary to obtain the required surface elevations or contours. The unformed surfaces of all other concrete shall be screeded and given an initial float finish followed by additional floating, and troweling where required. 14.01. Screeding. Screeding shall provide a concrete surface conforming to the proper elevation and contour with all aggregates completely embedded in mortar. All screeded surfaces shall be free of surface irregularities with a height or depth in excess of 1/4 inch as measured from a 10 foot straightedge. 14.02. Floating. 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 (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT II ) 03300 (15388 ) -13- 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. Unless additional finishing is specifically required, the completed finish for unformed surfaces shall be the float finish pro- duced by the second floating. Floating shall be performed with hand floats or suitable mechanical compactor -floats. 14.03. Nonslip Finish. Tread surfaces of all interior concrete stairs shall be surfaced with aluminum oxide aggregate, "Alumdum" or "Emerundum". Aggregate shall be uniformly graded from 100 percent retained on a No. 50 sieve to 100 percent passing a No. 8 sieve. Aggregate shall be uniformly distributed during steel troweling at the rate of 1/4 pound per square foot, in accordance with the manufacturer's recommendations, and as acceptable to the Engineer. 14.04. Troweling. Interior floor surfaces which will be exposed after construction is completed shall be steel trowel finished. Trowel finishing will not be required for floors which are normally submerged. Troweling shall be performed after the second floating when the surface has hardened sufficiently to prevent an excess of fines being drawn to the surface. Troweling shall produce a dense, smooth, uniform surface free from blemishes and trowel marks. 14.05. Edging. Unless specified to be beveled, exposed edges of floated or troweled surfaces shall be edged with a tool having 1/4 inch corner radius. 15. CURING. Concrete shall be protected from loss of moisture for at least 7 days after placement; however, when concrete is being protected from low temperatures, the time period for curing by saturation shall be one day less than the duration of the low temperature protection. Curing of concrete shall be by methods which will keep the concrete sur- faces adequately wet during the specified curing period. 15.01. Water Curing. Water saturation of concrete surfaces shall begin as quickly as possible after initial set of the concrete. The rate of water application shall be regulated to provide complete surface coverage with a minimum of runoff. The application of water to walls may be interrupted for grout cleaning only over the areas being cleaned at the time, and the concrete surface shall not be permitted to become dry during such interruption. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT II ) 03300 (15388 ) -14- 15.02. Membrane Curine. Membrane curing compound may be used in lieu of water curing on concrete which will not be covered later with topping, mortar, or additional concrete. Membrane curing compound shall be spray applied at a coverage 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 before they dry out. Curing compound shall be suitably protected against abrasion during the curing period. 16. REPAIRING DEFECTIVE CONCRETE. Defects in formed concrete surfaces shall be repaired within 24 hours, to the satisfaction of the Engineer, and defective concrete shall be replaced within 48 hours after the adjacent forms have been removed. All concrete which is honeycombed or otherwise defective shall be cut out and removed to sound concrete, with edges square cut to avoid feathering. Concrete repair work shall conform to Chapter 9 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. 17. FINISHING FORMED SURFACES. Fins and other surface projections shall be removed from all formed surfaces except exterior surfaces that will be -- in contact with earth backfill and are not specified to be dampproofed. A power grinder shall be used, if necessary, to remove projections and provide a flush surface. Surfaces to be dampproofed shall have fins removed and tie holes filled, but no additional finishing will be required. 17.01. Tie Holes. Tie holes in all formed surfaces shall be cleaned, wetted, and filled with patching mortar. Tie hole patches shall be finished flush and shall match the texture of the adjacent concrete. -- 18. TOLERANCES. Unless otherwise specified, tolerances for cast -in - place concrete work shall be as stipulated in ACI.347. Formed surfaces stipulated in Article 3.3.8 of ACI 347 shall be considered as Class C for all concrete work. 19. VAPOR BARRIERS. A vapor barrier of polyethylene coated reinforced paper, Sisalkraft "Moistop", shall be provided beneath each concrete floor slab which is poured directly on grade. Joints in the film shall be sealed with waterproof sealing tape. Care shall be exercised to prevent tearing the film or punching holes in it. Any damage shall be promptly repaired and the film shall be inspected for damage immediately before the concrete is placed. M-- (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT II ) 03300 (15388 ) -15- 20. CONCRETE FOR PIPE BLOCKING AND ENCASEMENT. Concrete for buried blocking and encasement of pipe shall conform to the limiting require- ments specified herein, except that air -entraining and water -reducing admixtures may be omitted and 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. 21. FLOOR SEALER. All concrete floors which are subject to foot traffic shall be given two coats of clear floor sealer in addition to any which may have been applied as membrane curing compound. Prior to application of each coat, the floor shall be thoroughly cleaned of all dirt, grease, and other foreign matter. The first coat shall be applied at the end of the curing period and before any traffic is permitted on the floor. The second coat shall be applied in preparation for substantial completion of the Work. Floor sealer shall be applied in strict accordance with the manufacturer's recommendations. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT II ) 03300 (15388 ) -16- Section 03600 - GROUT 1. SCOPE. This section covers grouting of equipment baseplates and other uses of grout as indicated on the drawings. Unless otherwise specified, all grouting shall be done with nonshrinking grout. 2. MATERIALS. Nonshrinking Grout Water Gifford -Hill "Supreme", L&M "Crystex", Master Builders "Masterflow 713 Grout", Sauereisen Cements "F-100 Level Fill Grout", U.S. Grout "Five Star Grout", or UPCO "Upcon High Flow" or "Upcon Super Flow". Clean and free from deleterious substances. 3. NONSHRINKING GROUT. Nonshrinking grout shall be furnished factory premixed so only water is added at jobsite. Grout shall be mixed in a .— mechanical mixer. No more water shall be used than is necessary to produce a flowable grout. 3.01. Preparation. The concrete foundation to receive nonshrinking grout shall be saturated with water for 24 hours prior to grouting. 3.02. Placement. Unless otherwise specified or indicated on the draw- ings, the thickness of grout under baseplates shall be 1-1/2 inches. Grout shall be placed in strict accordance with the directions of the manufacturer so 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. 3.03. 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, a-- the edges of grout shall be cut off flush at the baseplate, bedplate, member, or piece of equipment. 3.04. Curing. Nonshrinking grout shall be protected against rapid loss of moisture by covering with wet rags or polyethylene sheets. After edge finishing is completed, the grout shall be wet cured for at least 7 days. r- (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 03600 (15388 ) -1- Section 05550 - ANCHOR BOLTS AND EXPANSION ANCHORS 1. SCOPE. This section covers cast -in -place anchor bolts, and expansion anchors to be installed in hardened concrete and masonry. The General Equipment Stipulations set forth additional requirements for equipment anchor bolts. 2. GENERAL. Unless otherwise specified or indicated on the drawings, all anchor bolts shall be cast -in -place bolts and shall have a diameter of at least 3/4 inch. Expansion anchors indicated or accepted in lieu of cast -in -place anchor bolts for equipment or structural framing shall have a diameter of at least 3/4 inch. All other expansion anchors shall have a diameter of at least 1/2 inch. All anchor bolts and expansion anchors shall be stainless steel. 3. MATERIALS. Bolts and Nuts Stainless Steel Type 316. Flat Washers ANSI B18.22.1; of the same material as bolts and nuts. Expansion Anchors For Concrete Fed Spec FF-S-325; wedge type, Group II, Type 4, Class 1 or 2; self -drilling type, Group III, Type 1; or nondrilling type, Group VIII, Type 1 or 2; Hilti, Phillips, Rawlplug, or USM. For Masonry Fed Spec FF-S-325; lag shield (zinc) type, Group II, Type 1; or split shield type, Group II, Type 3, Class 3; Hilti, Phillips, or Rawlplug. 4. ANCHOR BOLTS. Anchor bolts shall be delivered in time to permit setting when 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 supporting template. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT II ) 05550 (15388 ) -1- Two nuts, a jam nut, and a washer shall be furnished for anchor bolts indicated on the drawings to have locknuts; two nuts and a washer shall be furnished for all other anchor bolts. 5. EXPANSION ANCHORS. Expansion anchors shall be installed in conformity with the manufacturer's recommendations for maximum holding power, but in no case shall the depth of hole be less than four bolt hole diameters. The minimum distance between the center of any expansion anchor and an edge or exterior corner of concrete shall be at least 4-1/2 times the diameter of the hole in which the anchor is installed. Unless otherwise indicated on the drawings, the minimum distance between the centers of expansion anchors shall be at least eight times the diameter of the hole in which the anchors are installed. Nuts and washers for expansion anchors shall be as specified for anchor bolts. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT II ) 05550 (15388 ) -2- Section 05990 - STRUCTURAL AND MISCELLANEOUS METALS 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. Structural and miscellaneous metals for the prefabricated metal building are specified in that section. 2. BASIC MATERIALS. Steel Shapes, Plates, and Bars Sheets Pipe Bolts and Nuts Unfinished Nuts, Self -Locking Washers Flat Flat, Hardened Lock Rails Crane Stainless Steel Plates (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) (15388 ) 05990 -1- ASTM A36. ASTM A366 or A569, zinc coated. ASTM A120 or A53. ASTM A307. Prevailing torque type; IFI-100, Grade A. ANSI B18.22.1. ASTM A325. ANSI B18.21.1, helical spring type. ASTM Al. ASTM A167, Type 316. o" M- Bolts and Nuts IFI-104, Grade 316 of dif- ferent hardness to prevent galling. Washers Flat ANSI B18.22.1 Lock ANSI B18.21.1, helical spring type. Aluminum Sheet and Plate ASTM B209, alloy 6061-T6. Rolled Sections, ASTM B308, alloy 6061-T6. Rod and Bar ASTM B211, alloy 6061-T6 or 2017-T4. Extrusions ASTM B221, alloy 6063-T5 or T6. Pipe ASTM B429, alloy 6061-T6 or 6063-T6. Rivets ASTM B316, alloy 6061-T6. Bolts IFI-104, Grade 24T4. Nuts IFI-104, Grade 61T6. Washers Flat ANSI B18.22.1. Lock ANSI B18.21.1, helical spring type. Castings ASTM B26 or B85. Checkered Plate Alcoa C102. Cast Iron ASTM A48, Class 35B or better. Chain Stainless Steel. Handrail -Setting Cement Minwax "Super Por-Rok Cement" or Master Builders "Set 45". (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 05990 (15388 ) -2- Bird Screen Body Solder Shop Coatings Rust -Inhibitive Primer Red Oxide Primer 2 mesh, brass or copper wire cloth, min wire dia 0.063 inch. Flux -core wire, ASTM B32, Alloy Grade 20B. Universal type; Cook "391-N-167 Barrier Coat", Koppers "No. 10 Inhibitive Primer", Tnemec "77 Chem -Prime", or Valspar "13-R-28 Chromox Primer". SSPC 15, Type 1, or Fed Spec TT-P-636. Coal Tar Paint Koppers "Bitumastic Super Service Black", Tnemec "46-449 Heavy Duty Black", or Valspar "High -Build Bituminous Coating "35-J-10". Asphalt Varnish Fed Spec TT-V-51. 3. GENERAL REQUIREMENTS. Structural and miscellaneous metal work shall be fabricated in conformity with dimensions, arrangement, 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. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 05990 (15388 ) -3- 4. 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 "Steel Construction Manual" and AISC "Specification for the Design, Fabrication and Erection of Structural Steel for Buildings". 4.01. Connections. Unless otherwise noted, all connections shall be made with unfinished bolts. All bolts shall be equipped with self- locking nuts or unfinished nuts and lock washers. Where welding is required or permitted, all butt 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. Welding shall be in accordance with Structural Welding Code, AWS D1.1, of the American Welding Society. 5. 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 stain- less steel. 5.01. Aluminum Railings. All aluminum railings shall be Enerco "Alumarail", Universal "Uni-Rail", or Moultrie "Wesrail" in -line side - mounted prefabricated 1-1/2 inch railing, generally as specified and as indicated on the drawings. All prefabricated aluminum railings shall be provided with the manufac- turer's standard finish. 5.02. Connections. All fittings and connections in prefabricated aluminum railings shall be as recommended by the railing manufacturer. 5.03. 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 and substantially by a process (i.e., 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. Sleeves for fixed handrail posts shall be fabricated from Schedule 40 black steel pipe and hot -dip galvanized after fabrication. Sleeves shall (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 05990 (15388 ) -4- provide at least 1/4 inch clearance all around each post and shall be 5 inches long unless otherwise indicated on the drawings. 5.04. Erection. 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 lying in the same vertical plane. Suitable wall brackets shall be provided where shown or required. Wall brackets shall be securely anchored to walls with AISI 300 Series stain- less 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 other special attachments or anchorages. Maximum spacing for posts shall be 5 feet for aluminum railings. After installation, railings shall be checked for final alignment, using a tightly drawn wire for reference. The maximum misalignment tolerance for railings shall be 118 inch in 12 feet. Bent, deformed, or otherwise damaged railings shall be replaced. 6. 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 they will lie perfectly flat. 7. GRATING. Grating stair treads shall be aluminum. Depth of bearing bars for treads shall be as indicated on the drawings. Except as modified herein, grating manufacture, fabrication, and instal- lation shall comply with recommendations in the "Metal Bar Grating Manual" of the National Association of Architectural Metal Manufacturers. 7.01. Aluminum Grating. Aluminum grating stair treads shall be pressure locked type or one piece cast or extruded type. Bearing bars shall be at least 3/16 inch thick with center -to -center spacing of 1-3/16 inch. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) (15388 ) 05990 -5- 7.02. Fabrication. Grating stair treads shall be provided with carrier plates and abrasive nosings. Stair treads shall be fastened to stair stringers with stainless steel bolts. 8. STAIR NOSINGS. Aluminum stair nosings with nonslip safety treads shall be provided for all interior cast -in -place concrete stairs. Nosings shall be Wooster "WP-3C" for concrete stairs. Nosings shall be of a length 6 inches less than width of cast -in -place concrete stairs and shall be furnished complete with integral anchors. 9. METAL LADDERS. Metal ladders shall be provided where indicated on the drawings. Ladders shall be fabricated of steel shapes as indicated on the drawings. Steel ladders shall be hot -dip galvanized after fabri- cation. All necessary galvanized brackets, bolts, and anchors shall be provided. 10. CRANE RAILS. Rails on which the traveling crane is to travel shall be furnished and installed complete with clamps or hook bolts, splice plates, stops, anchor bolts and nuts, and other accessories necessary to complete the installation indicated on the drawings. Crane rails shall be installed level and in accurate alignment and shall form a continuous, smooth track. 11. 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. 11.01. Cleaning. Surfaces shall be dry and of a proper temperature when coated, and free of grease, oil, dirt, dust, grit, rust, loose mill scale, weld flux, slag, weld spatter, or other objectionable substance. Articles to be galvanized shall be pickled before galvanizing. All other ferrous metal surfaces shall be cleaned by high-speed power wire brushing or blasting to the degree recommended by the paint manufacturer. Welds shall be scraped, chipped, and brushed as necessary to remove all weld spatter. 11.02. Edge Grinding. Sharp projections of cut or sheared edges of ferrous metals which will be submerged in operation, except for items specified to be hot -dip galvanized, shall be ground to a radius as ,.. required to ensure satisfactory paint adherence. 11.03. Galvanizing. All galvanizing shall be done by the hot -dip process after fabrication in conformity with requirements of ASTM A123, A153, and A385. Where galvanized bolts are required by the drawings or specified, the use of zinc plated bolts will not be acceptable. 11.04. Castings. Miscellaneous iron castings shall be hot -dipped in asphalt varnish or given a shop coat of coal tar paint. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 05990 (15388 ) -6- 11.05. Steel. Unless otherwise specified, all ungalvanized structural and miscellaneous steel shall be given a rust -inhibitive 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. 11.06. Aluminum. All surfaces of aluminum which will be in contact with concrete, mortar, or dissimilar metals shall be given a heavy coat of coal tar paint. 11.07. Other Surfaces. Shop coating of zinc coated steel, stainless steel, or bronze surfaces will not be required. 11.08. Film Thickness. The dry film thickness of the shop coating shall be at least 1.5 mils for rust -inhibitive primer and at least 6 mils for coal tar paint. 12. DRAWINGS AND DATA. 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. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 05990 (15388 ) -7- Section 07160 - BITUMINOUS DAMPPROOFING 1. SCOPE. This section covers paint -type dampproofing of concrete. 2. MATERIALS. Materials to be used shall be as follows: Coal Tar Coating Koppers "Bitumastic Super Service Black", Polyguard "CA-14 Coating", or Tnemec "46-449 Heavy Duty Black". _. 3. SURFACES TO BE DAMPPROOFED. All exterior concrete wall surfaces forming a part of an interior room or dry pit which will be in contact with earth backfill below finished grade and above the top of the footings or bottom slabs shall be dampproofed. 4. SURFACE PREPARATION. When dampproofing is applied, concrete surfaces shall be clean and dry. All dirt, dust, sand, grit, mud, oil, grease, and other foreign matter shall be removed and the surface prepared as recommended by the manufacturer of the dampproofing material. Oil and grease shall be removed by use of solvents before mechanical cleaning is started. 5. APPLICATION. Dampproofing materials shall not be thinned unless recommended by the manufacturer. Coal tar coating shall be applied in at least two coats, with a total dry film thickness of at least 20 mils. Surfaces not intended to be dampproofed shall be adequately protected from contamination, discoloration, or other damage. Surfaces shall be masked as necessary to protect uncoated areas and to terminate damp - proofing at the intended limits. Dampproofing shall be applied by high pile rollers or spray equipment complying with the manufacturer's recommendations. In the event of blistering of the first coat or coats, all blisters larger than one - quarter inch diameter shall be broken before the subsequent coat is applied. Surfaces shall be dry and at recommended temperature when dampproofing is applied. Unless properly protected, coatings shall not be applied in wet, damp, or foggy weather or when windblown dust, dirt, or debris, or insects will collect on the coating. Dampproofing shall not be applied when the temperature of the air or the surface is below 50 F. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) (15388 ) 07160 -1- Section 07900 CAULKING 1. SCOPE. This section covers caulking and sealing. 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. 3. MATERIALS. Thiokol Sealant Nonsag Nonsubmerged Service Self -Leveling Urethane Sealant Nonsag Nonsubmerged Service Fed Spec TT-S-00227; polysulfide rubber, two component. Bostik "Chem -Calk 200", Pecora "GC-5", or Sonneborn "Sonolastic". A. C. Horn "Hornflex Traffic Grade" or Bostik "Chem -Calk 250". Fed Spec TT-S-00227 and ASTM C920; two component. Bostik "Chem -Calk 500", Mameco "Vulkem 227", Pecora "Dyna- trol II", PRC "Permapol RC-2", or Tremco "DYmeric". Self -Leveling Bostik "Chem -Calk 550", Mameco "Vulkem 245", Pecora "Urexpan NR-200", PRC "Permapol RC-2SL", or Tremco "THC-900". Primer As recommended by the sealant manufacturer. Backup Material Polyethylene or polyurethane foam as recommended by the sealant manufacturer; Dow "Ethafoam SB" or Plateau "Denver Foam". Bondbreaker Tape (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) (15388 ) 07900 -1- Adhesive-backed polyethylene tape as recommended by the sealant manufacturer. I-- 4. COLORS. Sealant color shall be the manufacturer's standard gray. .. 5. LOCATIONS TO BE CAULKED. 5.01. With Thiokol or Urethane Sealant (nonsag) - Nonsubmerged Service. Locations where caulking is indicated on the drawings, specified in other sections, or required for weatherproofing. 5.02. With Thiokol or Urethane Sealant (self -leveling). Horizontal joints in walks or drives. Horizontal joints in traffic -bearing decks and slabs. Annular space around handrail posts set in sleeves. 6. 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 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. 7. 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 50 F 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. 8. DATA AND SAMPLES. Specifications and data covering the materials proposed for use shall be submitted in accordance with the submittals section. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 07900 (15388 ) -2- Section 08360 - SECTIONAL UPWARD ACTING DOOR 1. SCOPE. This section covers a high lift, chain hoist operated, sectional upward acting door including all necessary tracks, hardware, fastenings, mechanisms, and accessories required for proper operation. 2. GENERAL. The door shall be furnished and installed as specified herein and in accordance with the details and arrangements indicated on the drawings. The door shall be the product of a manufacturer who is regularly engaged in the manufacturer of the item specified. The track shall be designed to provide clearance for the bridge crane. 2.01. Acceptable Products. Subject to the requirements specified herein, the sectional upward acting door shall be equivalent to Overhead Door Company "593 Thermacore" or Crawford "Thermal Series 150. 3. DOOR PANELS. Door panels shall be roll -formed from no less than .016 inch galvanized steel. Panels shall have a nominal thickness of 1-3/8 inches. All internal spaces shall be completely filled with foamed -in - place polyurethane. The "R" value of the door section shall be greater than 12. 3.01. Shop Finish. Door panels shall be galvanized and shop finished with a baked on polyester finish. The color shall be white. 4. MATERIALS. Track Counterbalance Spring Shaft Lift Cables Astragal Hardware Rollers and Stems Hinges and Fixtures Bolts, Nuts, Screws, and Rivets (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 08360 (15388 ) -1- Heavy gauge galvanized steel, 2 inch. Oil tempered steel, stressed to give high cycle life. Steel. Galvanized steel. Vinyl or PVC. Hardened steel rollers with zinc -plated steel stems. Heavy duty galvanized steel. Stainless steel. Lift Handle Manufacturer's standard. Top and Bottom Seals Manufacturer's standard. 5. DESIGN CRITERIA. The door, tracks, and hardware shall be designed to withstand a horizontal wind load of 20 pounds per square foot. Maximum deflection of the doors shall not exceed 11120 of the door width in either the open or closed position. Lift cables shall have a minimum safety factor of 5:1. 6. OPERATION. The door shall be the high lift type and shall be equipped with a lift handle and a chain hoist. Reduction gearing shall be designed to reduce the pull required on the hand chain to 35 pounds maximum. 7. INSTALLATION. The door shall be installed in accordance with details, drawings, and manufacturer's directions. All anchors and inserts for guides, brackets, and other required work shall be accurately located. After installation, the door shall be free from warp, twist, or distortion, and shall be lubricated and properly adjusted to operate freely and smoothly. 8. PROTECTION AND CLEANING. The door shall be protected from damage during transportation, at the jobsite, and during subsequent construction activities. Damaged items will be rejected and shall be replaced with undamaged units. Upon completion, factory finished metal surfaces shall be thoroughly cleaned and touched up as recommended by the manufacturer. Abrasive, caustic, or acid cleaning agents shall not be used. 9. DRAWINGS AND DATA. Complete detail and installation drawings shall be submitted in accordance with the submittals section. Drawings shall indicate construction details; clearance requirements; metal gauges; finish; counterbalancing; and method of anchoring. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 08360 (15388 ) -2- Section 09900 - PAINTING 1. SCOPE. This section covers field painting, including surface prepa- ration, protection of surfaces, and other appurtenant work. Regardless of the number of paint coats previously applied, at least two field coats of paint shall be applied to all surfaces unless otherwise specified. Dampproofing of concrete surfaces is covered in other sections. 2. MATERIALS. All paint shall be delivered to the job in original unopened containers with labels intact. Paint shall be stored inside and shall be protected against freezing. No adulterant, unauthorized thinner, or other material not included in the paint formulation shall be added to the paint for any purpose. It shall be the responsibility of the Contractor to ensure the compati- bility of the field painting products which will be in contact with each other or which will be applied over shop painted or previously painted surfaces. Paint used in successive field coats shall be produced by the same manufacturer. Paint used -in the first field coat over shop painted or previously painted surfaces shall cause no wrinkling, lifting, or other damage to underlying paint. All paint used for intermediate and finish coats shall be guaranteed by the paint manufacturer to be fumeproof and suitable for sewage plant atmosphere containing hydrogen sulfide. Any paint that cannot be so guaranteed shall not be used. Paint shall be lead-free and mercury -free if available, but in no case shall the lead or mercury content cause discoloration in sewage plant atmosphere. Where painting materials are referenced to Federal or Military Specifi- cations, the reference shall define general type and quality required but is not intended to limit acceptable materials to an exact formulation. 2.01. Primers and Pretreatments. Rust -Inhibitive Universal type; Cook "391-N-167 Barrier Primer", Koppers "No. 10 Inhibitive Primer", Tnemec "77 Chem -Prime", or Valspar "13-R-28 Chromox Primer". Vinyl Wash MIL-P-15328; Cook "900-Y-002 Vinyl Wash Primer", Koppers "No. 40 Passivator", Tnemec "32-1210 Vinoline Wash Primer", or Valspar "13-Y-8 Val -Chem Vinyl Wash Primer". (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) (15388 ) 09900 -1- r.- Coal Tar 2.02. Intermediate and Finish Paints. Gloss Alkyd Enamel Semigloss Alkyd Enamel Medium Consistency Coal Tar Thixotropic Coal Tar Koppers "Bitumastic Mill Under- coat" or Valspar "35-J-6 Bitumi- nous Black". Fed Spec TT-E-489, Class A; Cook "801 Series Gloss Enamel", Koppers "Glamortex 501 Enamel", Tnemec "Series 2 Tneme-Gloss", or Valspar "12 Series Panorama Coatings". Fed Spec TT-E-529; Cook "876 Series Semigloss Enamel", Koppers "Glamortex", Tnemec "Series 23 Enduratone", or Valspar "31 Series Alkyd Satin Enamel". Koppers "Bitumastic Super Service Black", Tnemec "46-449 Heavy Duty Black", or Valspar "35-J-10 Hi -Build Bituminous Coating". MIL-C-18480; Koppers "Bitumastic No. 50" or Tnemec 046-450 Heavy Tnemecol". 3. PRODUCT AND COLOR SELECTION. The Contractor shall submit color cards for all paints proposed for use, together with complete descriptive specifications, to the Engineers -Architects for review and color selec- tion. Requests for review submitted directly to the Engineers -Architects by paint suppliers will not be considered. Submittals shall also include guarantees from the paint manufacturer that ,-. all paints to be used for intermediate and finish coats are fumeproof and suitable for sewage plant atmosphere containing hydrogen sulfide. 4. FIELD PRIMING. In general, surfaces of equipment, steel, and cast '— iron are specified to be shop primed. Any such surfaces which have not been shop primed shall be field primed. Shop coatings which are damaged or have failed, and have been determined unsuitable by the Engineer, shall be removed and the surfaces 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: -- (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 09900 _ (15388 ) -2- Surface To Be Primed Material Equipment, surfaces to be painted with Alkyd enamel Coal tar paint Steel and cast iron, surfaces to be painted with Alkyd enamel Coal tar paint Galvanized Copper Rust -inhibitive Coal tar or the same as finish coats Rust -inhibitive Coal tar or the same as finish coats Vinyl wash Vinyl wash Surfaces specified to be field painted with clear finish coats need not be primed. Unless otherwise recommended by the paint manufacturer, priming will not be required on surfaces to be painted with coal tar. 5. PAINTING SCHEDULE. The following schedule lists paints for inter- mediate and finish coats for surfaces to be painted. All exposed sur- faces, including sides and edges, shall be painted. Surface To Be Painted Material 5.01. Metal Surfaces. All surfaces of structural and miscellaneous steel exposed to view or to the elements in exterior locations. (Galvanized surfaces are not to be painted unless otherwise specified.) All surfaces of structural and miscellaneous steel exposed to view inside buildings. (Galvanized surfaces are not to be painted un- less otherwise specified.) Unless otherwise specified, all surfaces of steel doors, door frames, steel floor plates, pumps (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) (15388 ) 09900 -3- Gloss alkyd enamel Semigloss alkyd enamel Gloss alkyd enamel Surface To Be Painted Material (including existing), motors, speed reducers, and other machines and equipment exposed to view or to the elements. Heating units, convector cover, Gloss alkyd enamel electrical equipment cabinets, and similar items and equipment (unless factory finished). Surfaces of cranes and hoists exposed Gloss alkyd enamel to view. All surfaces of cast iron and steel Alkyd enamel; gloss piping inside buildings and above grade for color coded outdoors exposed to view or to the piping; gloss or elements, including valves, fittings, semigloss for all flanges, bolts, supports, and accessories other piping therefor, and including galvanized surfaces after proper priming. Surfaces of ductwork exposed to Semigloss alkyd enamel view inside buildings, after proper priming. All surfaces of electrical conduit Semigloss alkyd enamel exposed to view inside buildings (except banks of conduits in multiple layers hung from ceilings), including fittings, boxes, supports, and accessories therefor, after proper priming. All metal surfaces, unless otherwise Medium consistency specified, which will be submerged or coal tar buried, all or in part, including valves and valve boxes, but excluding piping laid in the ground. All metal harness anchorage for Thixotropic coal tar buried piping. 5.04. Surfaces Not To Be Painted. Unless otherwise specified, the following surfaces shall be left unpainted: Exposed surfaces of aluminum, except ductwork. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 09900 (15388 ) -4- Galvanized surfaces, except piping, conduit, ductwork, and other items specifically noted. Surfaces specified to be factory finished. 6. PIPING IDENTIFICATION. Exposed piping, and piping in accessible chases, shall be identified with lettering or tags designating the service of each piping system, shall have flow directional arrows, and shall be color coded as scheduled below. Piping scheduled to be color coded shall be completely painted with the indicated colors, except surfaces specified to be unpainted shall have segments painted with the specified coding color long enough to accommo- date the required lettering and arrows. All other piping specified to be painted shall match adjacent surfaces, unless otherwise directed by the Engineer. 6.01. Location. Lettering and flow direction arrows shall be provided near equipment served, adjacent to valves, both sides of walls and floors where pipe passes through, at each branch or tee, and at intervals of not more than 50 feet in straight runs of pipe. If, in the opinion of the Engineer, the foregoing requirements will result in an excessive number of labels or arrows on a run of pipe, the number required shall be reduced as directed. 6.02. Metal Tags. Where the outside diameter of pipe or pipe covering is 5/8 inch or smaller, metal tags shall be provided instead of letter- ing. Tags shall have the specified identifying lettering stamped -in, and shall be fastened to the pipe with suitable chains. Metal tags and chains shall be aluminum or stainless steel. Where tags are used, pipe shall be color coded as specified. 6.03. Lettering. Lettering on piping shall be painted, stenciled, or 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 inch through 4 inch 5 inch and larger .Minimum Height of Letters Metal tags - 1/4 inch 3/4 inch 2 inches 6.04. Color Coding and Lettering Schedule. All 12 inch and smaller piping for the following services shall be color coded. (LUBBOCK, TEXAS } (EFFLUENT PUMPING STATION) (CONTRACT 2 ) (15388 ) 09900 -5- F-- Color of Letters Color of Pipe Letters Suction Light Brown Black Discharge Light Blue Black Drain Light Gray Black Electrical conduit shall be painted to match adjacent ceiling or wall surfaces as directed by the Engineer. Vent lines shall be painted to match surfaces they adjoin. In addition, special painting of the following items will be required: Item Valve handwheels and levers Guard posts Color Red Yellow and black stripes 7. MIXING AND THINNING. Paint shall be thoroughly mixed each time any is withdrawn from the container. Paint containers shall be kept tightly closed except while paint is being withdrawn. Paint 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 tempera- tures. In no case shall the wet film thickness of applied paint be reduced, by addition of paint thinner or otherwise, below the thickness recommended by the paint manufacturer. 8. SURFACE PREPARATION. All surfaces to be painted shall be dry and shall meet the recommendations of the paint manufacturer for surface preparation. Cleaning and painting operations shall be performed in a manner which will prevent dust or other contaminants from getting on freshly painted surfaces. Oil and grease shall be completely removed by use of solvents or detergents before mechanical cleaning is started. The gloss of previously painted surfaces shall be dulled if necessary for proper adhesion of top coats. Surfaces shall be free of cracks, pits, projections, or other imperfec- tions which would prevent the formation of a smooth, unbroken paint film. When applying touchup paint, or repairing previously painted surfaces, the surfaces to be painted shall be cleaned as recommended by the paint manufacturer and sanded or wire brushed in such a manner that the edges of adjacent paint are feathered or otherwise smoothed so that they will not be noticeable when painted. All paint made brittle or otherwise damaged by heat of welding shall be completely removed. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 09900 (15388 ) -6- 8.01. Galvanized Surfaces. Galvanized surfaces shall be *prepared for painting in conformity with the instructions of the manufacturer of the vinyl wash primer. Any chemical treatment of galvanized surfaces shall be followed by thorough rinsing with clean water. 8.02. Ferrous Metal Surfaces. Ungalvanized ferrous metal surfaces shall be cleaned for painting by one or more of the following means: solvents, blasting, high-speed power wire brushing, or scraping. Surfaces of welds shall be given special treatment by scraping and wire brushing as neces- sary to remove all slag and weld spatter. Tools which produce excessive roughness shall not be used. 8.03. PVC Plastic. All wax and oil shall be removed from plastic surfaces by wiping with a solvent of the type used for the specified primer. 8.04. Hardware. Hardware and hardware items such as bolts, screws, washers, springs, and grease fittings need not be cleaned prior to painting if there is no evidence of dirt, corrosion, or foreign material. 9. APPLICATION. Paint shall be applied in a neat manner, with finished surfaces free of runs, sags, ridges, laps, and brush marks. Each coat shall be hard and dry through the entire paint film before the next coat is applied. Each coat shall be applied in a manner that will produce an even film of uniform and proper thickness. In no case shall paint be applied at a rate of coverage which is greater than the maximum rate recommended by the manufacturer. Paint showing sags, checks, blisters, teardrops, or fat edges will not be accepted and shall be entirely removed and the surface repainted. 9.01. Priming. Edges, corners, crevices, welds, and bolts shall be given a brush coat of primer before the specified spot or touchup paint- ing of metal surfaces. Special attention shall be given to filling all crevices with paint. Abraded and otherwise damaged portions of shop -applied paint shall be cleaned and repainted 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 paint has been damaged by heat shall be given a coat of the specified primer. This patch, spot, or touchup painting shall be completed, and shall be dry and hard, before additional paint is applied. 9.02. Film Thickness. The total paint film thickness including prime coat (if any), intermediate coats, and finish coat shall not be less than: (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) (15388 ) 09900 -7- Minimum Type of Paint Dry Film Thickness Coal tar Medium consistency 20 mils Thixotropic 35 mils Alkyd enamel With shop finish or primer 4 mils applied by electrostatic spray and baked -on, as on hollow metal doors and equipment cabinets r-- With vinyl wash primer field 4 mils applied to galvanized, copper, aluminum, and stainless steel surfaces With all other primers, shop or 5 mils field applied All other finishes 5 mils 9.04. Weather Conditions. Paint 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 paint. Paint shall not be applied at temperatures below the minimum temperature recommended by the paint manufacturer, or to surfaces of metals, such as the surfaces of a tank or pipe containing cold water, regardless of the air temperature, when metal temperature and atmospheric conditions cause *^ condensation on the surface of the metal. 10. REPAIRING FACTORY FINISHED SURFACES. Factory finished surfaces which have become damaged prior to acceptance by the Owner shall be spot primed and repainted with materials equivalent to those used in the original application. If, in the opinion of the Engineer, spot repair of the damaged area is not satisfactory, the entire surface or item shall be repainted as required by the Engineer. 11. PROTECTION OF SURFACES. Throughout the work the Contractor shall use drop cloths, masking tapes, and other suitable measures to protect all surfaces from cleaning operations, accidental spraying, spattering, or spilling of paint. The Contractor shall be responsible for and shall correct and repair damage resulting from his operations or the operations of those responsible to him. Paint deposited on surfaces which are not being painted at the time shall be immediately removed. Bituminous paints spilled or dropped on any material except metals shall be surface -- (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 09900 (15388 ) -8- cleaned and spot painted with aluminum paint prior to applying the specified paint. Exposed concrete or masonry not specified to be painted which is damaged by paint shall be either removed and rebuilt or, where authorized by the Owner, painted with two coats of masonry paint. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 09900 (15388 ) -9- Section 11110 - RELOCATION OF EXISTING HORIZONTAL SPLIT -CASE CENTRIFUGAL PUMPS AND ELECTRIC MOTOR STARTERS 1. SCOPE. This section covers the removal, relocation, and installa- tion of the five existing horizontal split -case centrifugal pumps and associated electrical motor starters. The pumps were installed in 1988 and are manufacturered by Aurora Pump. The pump motor starters were also installed in 1988 and are manufacturered by Square D. 2. GENERAL. The existing pumps and electrical motor starters shall be removed, relocated, and installed in the locations indicated on the drawings. -� 3. EQUIPMENT REMOVAL AND RELOCATION. Each pumping unit and electric motor starter shall be removed and relocated with care and caution so as not to damage any component. Any damaged component shall be re- paired or replaced to the satisfaction of the Engineer, and by and at the expense of the Contractor. 4. PUMP BASEPLATES. Steel channels shall be welded around the perimeter of the existing pump baseplates to collect drainage from the pump shaft packing. The channels shall be no less than a C4x5.4 and shall extended at least 1 inch above the top of the baseplate to col- lect the drainage. The channels shall be provided with a continuous weld to provide a watertight seal. Care shall be exercised during welding operations to minimize the stresses on the existing base - plates. Warped baseplates shall be replaced at the Contractor's expense. The channel shall be tapped to provide for installation of a 1/2 inch ^^ drainage pipe. The drain pipe shall be routed to bellups next to each PUMP - 5. ANCHOR BOLTS. The existing pumps and stand for the electrical motor starters shall be provided with new anchor bolts, nuts, and washers. All anchor bolts shall comply with the anchor bolts section. Anchor bolts for the pumps shall be accurately located and centered in pipe sleeves as detailed on the drawings. 6. INSTALLATION. Each pumping unit shall be leveled, aligned, and wedged into position to fit connecting piping. Installation procedures shall be as recommended by the pump manufacturer, the Hydraulic Institute Standards, and as required herein. Grouting shall be as specified in the grouting section. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 11110 (15388 ) -1- The pump base shall be grouted after initial fitting and alignment, but before final bolting of connecting 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. To the maximum extend practical the existing electrical starters shall installed on the existing stands. The stands shall be modified or portions replaced as required to provide an installation satisfactory to the Engineer. 7. PAINTING. The existing pumping units shall be field painted as specified in the painting section. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 11110 (15388 ) -2- Section 11140 - VERTICAL DIFFUSION VANE PUNS 1. SCOPE. This section covers seven barrel -enclosed vertical diffusion vane pumping units for the new Effluent Pumping Station. The pumping - units shall have above floor discharge, enclosed line shaft, oil lubri- cated, and suitable for installation as specified herein and indicated on the drawings. Each pumping unit shall be complete with a pump, electric motor, barrel, pedestal, subbase, anchor bolts, and all other appurtenances specified or required for proper operation. 2. GENERAL. Equipment furnished and installed under this section shall be fabricated, assembled, erected, and placed in proper operating condi- tion in full conformity with drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer unless exceptions are noted by the Engineer. The pumping unit shall be as manufactured by Allis Chalmers, Fairbanks Morse, Goulds, Johnston, Layne, Peabody Floway, or Worthington. 2.01. Governing Standard. Except as modified or supplemented herein, all vertical diffusion vane pumps shall conform to the applicable requirements of ANSI/AWWA E101 and the Hydraulic Institute Standards. 2.02. General Equipment Stipulations. The General Equipment Stipu- lations shall apply to all equipment furnished under this section. 2.03. Power Supply. Power supply to equipment will be 480 volts, 60 Hz, 3 phase. 2.04. Shop Painting. All iron and steel parts which will be in contact with pumped liquid or submerged after installation, including inside of pump column and all exterior surfaces below the subbaseplate, shall be shop cleaned by blasting in accordance with the coating manufacturer's r- recommendations and painted with an epoxy coating system. The coating shall have a dry film thickness of at least 10 mils and shall consist of a prime (first) coat and one or more finish coats. At least one quart of the finish coat material shall be furnished with each pump for field touchup. All other surfaces shall be shop painted in accordance with the General Equipment Stipulations. 3. SERVICE CONDITIONS. The pumping units will be installed on indivi- dual steel barrels. Each barrel will have a diameter as recommended by the pump manufacturer. The units will pump secondary treated wastewater effluent from the Terminal Storage Reservoir to the existing irrigation system. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 11140 ,.- (15388 ) -1- Due to limited available headroom, each pumping unit shall be designed to facilitate installation and removal utilizing the facilities provided for that purpose as indicated on the drawings. 4. PERFORMANCE AND DESIGN REQUIREMENTS. Pumping units shall be designed for the following operating conditions when operating at maximum speed unless otherwise noted: Unit designation EP-6,7 EP-8,9 EP-10,11,12 Number of units 2 2 3 Rated total head, feet 95 95 120 Capacity at rated head, 1000 2700 2700 gpm Min capacity at indicated 900 @ 100' 2500 @ 100' 2400 @ 130' total head, gpm Max capacity at indicated 1250 @ 70' 3500 @ 70' 3100 @ 70' total head, gpm Min shutoff head, feet 140 125 210 Normal operating head 70-100 70-100 100-130 range, feet Max (nominal) pump operating 1800 1800 1800 speed at rated head, rpm Min NPSH available at 28 28 28 suction flange, feet Max bhp required for 34 87 109 any point in the opera- ting head range Min wire -to -water efficiency 78 77 77 at rated head, percent Min nominal size of pump 12 15 15 column, inches Nominal size of pump 8 12 12 discharge, inches Max length of any component 5 5 5 or subassembly, feet (LUBBOCK. TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 J 11140 (15388 ) -2- Min barrel diameter, inches 16 24 24 Approximate clearance between 13.67 13.67 13.67 crane hook and operating pump floor, feet Max vertical distance from 1.67 1.67 1.67 center line of above floor discharge to operating floor, r"^ feet Min shop test pressure on 1.5 times shutoff head bowl assembly Pump setting As indicated on drawings For design and rating purposes, the water to be pumped shall be assumed to have a temperature of 85 F. Performance of each pump shall be stable and free from damaging cavita- tion, vibration, and noise in the operating head range. The performance of each pump having an enclosed impeller shall be based on a radial running clearance between the bowl wearing ring and impeller of not less than 6 mils or 0.5 mil per inch of wearing ring diameter, whichever is greater. Each pumping unit shall be designed so that maximum reverse rotation due to reverse flow at rated head will not cause damage to any component. 5. MATERIALS. Pump Bowls Cast iron, ASTM A48, Class 30. Impellers Bronze, ASTM B584. Impeller Wearing Rings Martensitic stainless steel, n Brinell 200-250. Bowl Wearing Rings Martensitic stainless steel, Brinell 300+. Bowl Assembly Shaft Martensitic stainless steel, AISI Type 410 or 416. Bowl Bearings Bronze, ASTM B584, water lubri- cated, except suction case (bowl) .- bearing shall be permanently packed with water-resistant grease. �^ (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 11140 (15388 ) -3- Labyrinth Sand Collar Line Shaft Shaft Couplings Line Shaft Enclosing Tube Enclosed Line Shaft Bearings Stuffing Box Housing Stuffing Box Bearing Water Slinger Pump Column Pedestal and Subbase Barrel Epoxy Coating Prime (First Coat) Finish Coat Thread Lubricant Pipe Threads Line Shaft Coupling Threads (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) (15388 11140 -4- Bronze, ASTM B584. Carbon steel. Carbon steel. Steel pipe, extra strong; ASTM A120 or A53, Grade A. Bronze, ASTM B584, oil lubricated. Cast iron, ASTM A48, Class 30. Bronze, ASTM B584, oil lubricated. Rubber or bronze. AWWA C200, steel pipe at least 3/8 inch thick with flanged couplings. Cast iron or fabricated steel. AWWA C200, steel pipe at least 3/8 inch thick. Koppers "200 HB Epoxy", Tnemec "20-1255 Pota-Pox Primer", or Valspar "78-D-7 Tank Lining Epoxy". Koppers 1200 HB Epoxy", Tnemec "20-2000 Pota-Pox", or Valspar "78-W-3 Tank Lining Epoxy". Teflon paste type thread sealer. Jet-Lube "Nikal", John Crane "Thred Gard Nickel", Never -Seen "Pure Nickel Special", or Permatex "Nickel Anti -Seize". 6. PUMP CONSTRUCTION. 6.01. Pedestal. Each pump pedestal shall be designed to support the drive unit and the entire pump assembly. Suitable openings shall be provided for access to the stuffing box and other accessories. A regis- tered connection or dowels shall be provided between the motor and the pedestal. A suitable stuffing box leakage collector with a 1/2 inch tapped drain opening shall be provided. Each pocket shall have a drain connection. A 1/2 inch NPT tapped and plugged pressure gauge connection shall be provided on the horizontal center line of the pump discharge outlet. -The connection size and configuration shall conform to Figures 53 and 54 of the Hydraulic Institute Standards. The pump discharge outlet shall be integral with the pedestal and shall terminate in an ANSI B16.1, Class 125 flange. 6.02. Barrel. Each pump barrel shall be designed to support through an integral rigid subbase, the entire pump assembly and drive unit. The abutting surfaces between subbase and barrel shall be machined to provide uniform bearing. Each barrel shall have an opening large enough to permit withdrawal of the entire pump assembly. Any baffling required shall be provided by the manufacturer. Barrel flange shall be installed in the field as indicated on the drawings. Barrels and barrel flanges shall be provided for the two future pumps. The barrel diameter will be the same as pumps EP-10 through EP-12. 6.03. Line Shaft Stuffing Box. The line shaft stuffing box of oil lubricated units shall be provided with 0-ring seals or packing. The stuffing box housing of enclosed line shaft units shall have means for placing the line shaft enclosing tube in tension and shall maintain pressuretight joints. 6.04. Impellers and Bowls. Impellers shall be accurately machined and balanced and securely locked on the pump shaft. Impellers shall be enclosed type. Balance rings, depending upon close running clearances to reduce the load on the drive unit thrust bearing, will not be acceptable. Pump bowls and impellers .shall be equipped with wearing rings designed to maintain pump efficiency. Wearing rings shall be securely locked in place so that they will not move or loosen during any condition of opera- tion or handling, including reverse rotation of the pump. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 11140 �, (15388 ) -5- 6.05. Pump Column. Column sections shall be of such design and con- struction that accurate alignment will be obtained when the column is assembled. The length of the pump column shall be sufficient to locate the suction inlet above the bottom of the barrel a distance of not less than 1/3 times the bell diameter nor more than 3/4 times the bell diameter. 6.06. Suction Bowl Inlet. Each pump shall be equipped with a flared suction bowl inlet. 6.07. Shafting. All shafting shall conform to the requirements of Sections A4 and A5 of the governing standard. Shaft diameter shall be not less than the minimum permitted for the applicable driver nameplate horsepower rating. An adjusting nut shall be provided at the top of the motor for raising or lowering the shafting to properly center the impellers in the bowls. A coupling shall be provided in the shafting below the motor to permit removal of the motor without lifting it over the shaft. 6.08. Shaft Couplings. Shaft couplings shall transmit the maximum combination of torque and thrust and maintain alignment between adjacent shaft sections. During assembly, anti -seize thread lubricant shall be applied to male threads of all threaded connections. 6.09. Line Shaft Enclosing Tube. The entire length of the line shaft below the pedestal shall be enclosed. The enclosing tube sections shall be internally threaded for fastening to and supporting each line shaft bearing. The design of the threaded connections shall establish and maintain bearing alignment. Where the shaft enclosing tube is fastened to the stuffing box, an adjustable tension nut shall be provided to maintain the tube under tension. A shaft enclosing tube stuffing box shall be provided to seal the shaft enclosing tube and prevent leakage of lubricating oil. The stuffing box shall be tapped for an oil connection. 6.10. Solenoid Oiler. A solenoid sight feed oiler having at least one quart capacity shall be provided on each unit. The solenoid shall have Class B molded coil with windings fully epoxy encapsulated for moist conditions and continuous operation in 40 C ambient and shall be rated 460 volts, single phase. The coil shall have a NEMA Type 1 case for conduit. The oiler shall be connected across the terminals of the pump motor. 7. BALANCE. All rotating parts shall be accurately machined and shall be in as nearly perfect rotational balance as practicable. Excessive (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 11140 (15388 ) -6- 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 dis- placement (peak -to -peak) as measured at any point on the machine shall not exceed 4 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. 8. DRIVE UNITS. 8.01. Electric Motors. Each motor shall comply with the General Equip- ment Stipulations except as specified herein. Each motor shall be vertical hollow shaft squirrel -cage induction type, open dripproof, Class B insulation, 1.15 service factor, premium efficiency, starting code letter G, and rated for continuous duty at 40C ambient. Motor rating shall be 460 volt, 3 phase, 60 Hz. Each motor shall be furnished with a standard motor rating nameplate and with a nameplate engraved with.bearing and lubrication data. Thrust and guide bearings shall be self -cooled, oil lubricated, anti - friction bearings selected for a rating life of (L ), under actual operating conditions at pump maximum head, of 40,0H hours in accordance with AFBMA life and thrust values. Oil level indicators shall be provided with clearly marked level reference for both running and rest conditions. Each motor shall be provided with a motor space heater, sized as required to prevent condensation inside the motor. Space heaters shall be suitable for a 120 volt, single phase power supply. A power factor improving capacitor will be furnished under the electrical section for each effluent pump motor. The capacitor shall be sized to improve the power factor to 95-96 percent. An approximate size for each capacitor is indicated on the drawings. 8.02. Stabilizer. Hollow shaft motors shall be provided with stabilizer (steady) bushings at the lower end of each motor. Bushings shall be of the same size and tolerance as the drive couplings and shall give the motor the same mechanical characteristics as a solid shaft motor. 9. SHOP TESTS. Each pumping unit shall be tested at the factory for capacity, power requirement, and efficiency at minimum head, rated head, shutoff head or point of discontinuity, 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 requirements and recommen- dations of the Hydraulic Institute Standards. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 11140 (15388 ) -7- Each pumping unit shall be tested with the motor drive unit to be installed in the Work. Five certified copies of a report covering each test shall be prepared by the pump manufacturer and delivered to the Engineers -Architects 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 testing log originals; test reading to curve conversion equations; and calculated field performance curves, based on shop tests, and corrected for head losses in all, portions of the pump column and for shaft bearing losses not included in the shop tests. The curves shall include pump total head, bhp, pump and wire -to -water efficiency, rpm, and shop test NPSH available, plotted against capacity. The curves shall be easily read and plotted to scales consistent with performance requirements. All test points shall be clearly shown. When the pump is not tested at the rated speed, perform- ance charts shall include both the test and the calculated speed curves. 10. FIELD TESTS. 10.01. Field Operation Tests. After initial startup under the super- vision of a qualified representative of the pump manufacturer, a prelimi- nary running -in period will be provided for the Contractor to make field tests and necessary adjustments. The Owner will then operate the pumps for a period of 14 consecutive calendar days. At the end of the specified period of operation, the pump will be accepted if, in the opinion of the Engineer, the pump has operated satisfactorily without excessive power input, wear, lubrication, or undue attention required for this operation, and if all rotating parts operate without excessive vibration or noise at any operating head, including shutoff. 12. INSTALLATION. Each pump shall be aligned and connected to the discharge piping. The subbase shall then be grouted in place using nonshrinking grout. Grouting shall be as specified in the grout section. A concrete base shall be provided as required. Attention is directed to the requirements of the steel and cast iron pipe section concerning flanged connections to pumps. Shimming between machined surfaces will not be permitted. 13. DRAWINGS AND DATA. Complete assembly, foundation, and installation drawings, 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. The data and specifications for each pumping unit shall include, but shall not be limited to, the following: (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 11140 (15388 ) -8- Pumps -- Name of manufacturer. Type and model. Design rotative speed. Number of stages. Type of bowl bearings. Type of line shaft bearings. Size of shafting. Size of pump column. Size of discharge outlet. OD of pump bowls. Weight. Complete performance curves showing capacity versus head, NPSH required, pump efficiency, wire -to -water efficiency, and bhp plotted to scales consistent with performance requirements. Data on shop painting. Motors Name of manufacturer. Type and model. Type of bearing and lubrication. Rated size of motor, hp. Temperature rating. Full load rotative speed... Net weight. Efficiency at full load and rated pump condition. Full load current. Locked rotor current. Space heater wattage. Power factor at full load. Maximum power factor correction capacitor KVAR. Complete Pumping Unit Maximum overall dimensions. Total weight. r- P- (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 11140 -, (15388 ) -9- Section 11180 - SUBMERSIBLE SUMP PUMPS 1. SCOPE. This section covers 2 vertical, submersible, centrifugal pumping units and controls. Each pumping unit shall be complete with a close -coupled, submersible, electric motor and all other appurtenances specified or otherwise required for proper operation. 2. GENERAL. Equipment furnished and installed under this section shall be fabricated, assembled, erected, and placed in proper operating condi- tion 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. 2.01. General Equipment Stipulations. The General Equipment Stipula- tions shall apply to all equipment furnished under this section. 2.02. Power Supply. Power supply to equipment will be 480 volts, 60 Hz, 3 phase. 3. SERVICE CONDITIONS. The two pumping units shall be located in the sump as indicated on the drawings. They will pump water that is collected in the floor drains and discharged into the sump. 4. PERFORMANCE AND DESIGN REQUIREMENTS. Pumping units shall be designed for the following operating conditions and requirements: Number of units Rated total head, feet Capacity at rated head, gpm Max pump operating speed at rated head, rpm Min motor hp rating Min discharge outlet size, inches Min hydrostatic test pressure, psi 2 45 40 1,800 3/4 1-1/2 1.5 x 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. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 11180 (15388 ) -1- r-. Pump performance shall be stable and free from cavitation and noise throughout the specified operating head range at minimum suction submergences. Each pumping unit shall be designed so that reverse rotation at rated head will not cause damage to any component. 5. MATERIALS. Stator Housing and Impeller Casing Impeller Sha f t All Wetted Assembly Fasteners Mechanical Seal Strainer 6. PUMP CONSTRUCTION. Cast iron, ASTM A48. Cast iron or bronze. Stainless steel. Stainless steel. Single type, water lubricated, with carbon and ceramic rings. Cast iron or perforated stainless steel. 6.01. Impeller Casing. The impeller casing shall have well-rounded water passages and smooth internal surfaces free from cracks, porosity, blow holes, or other irregularities. The discharge connection shall be threaded. Pipe threads shall conform to ANSIJASME B1.20.1, NPT. 6.02. Impeller. The impeller shall be a semiopen or enclosed one-piece casting. The interior water passages shall have uniform sections, smooth surfaces, and 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 adjacent housing surfaces shall be such as to prevent an accumulation of debris and reduce pump discharge pressure at the mechanical seal. 6.03. Sealing of Mating Surfaces. All mating surfaces of major com- ponents shall be machined and fitted with 0-rings where watertight sealing is required. Sealing shall be accomplished by 0-ring contact on four surfaces and 0-ring compression in two planes, without reliance on a specific fastener torque or tension to obtain a watertight joint. The use of elliptical 0-rings, gaskets, or seals requiring a specific fastener torque value to obtain and maintain gasket or seal compression and water- tightness will not be acceptable. The use of secondary sealing compounds, —, (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 11180 (15388 ) -2- gasket cement, grease, or other devices to obtain watertight joints will not be acceptable. 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. 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. 8. ELECTRIC MOTORS. Each pump shall be driven by an air-cooled, totally submersible, electric motor furnished by the pump manufacturer. Each motor shall be rated 460 volts, 60 Hz, 3 phase, and shall have a name- plate rating which exceeds the maximum horsepower required by the pump. The stator housing shall be an air or oil -filled watertight casing. Motor insulation shall be moisture resistant, Class F, 155 C. Each 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 limitations for the motor insulation system. The pump motor cable provided shall be suitable for submersible pump applications, and shall be indicated by a code or legend permanently embossed on the cable. Cable sizing shall conform to NEC specifications for pump motors. Cable shall be of adequate size to allow motor voltage conversion without replacing the cable. The cable entry water seal design shall be such that a specific fastener torque is not required to ensure a watertight and submersible seal. 9. CONTROLS. Three mercury float switches with contacts located inside sealed double -walled plastic floats shall be provided. The floats shall be supported from the discharge piping. The motor shall be controlled by the float switch setting. Each float switch shall have a heavy-duty three -wire grounding neoprene cord. All cords shall be of sufficient length to reach a junction box 6 feet above the floor. Each sump pump unit shall be adjusted to operate between the following sump elevations: Lead Pump No. 1 starts 3162.83 Lag Pump No. 2 3163.83 Pump stop 3161.33 Motor starters and all other controls not specified herein will be provided under the electrical section. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 } (15388 ) 11180 -3- 10. INSTALLATION. Each 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 each pump at the sump depths specified. The pumps shall not be used during the construction phase to dispose of water or drainage which contains construction debris or other abrasive materials. 11. DRAWINGS AND DATA. Detailed specifications and data covering materials used, parts, devices, and other accessories forming a part of ` r— the equipment furnished shall be submitted in accordance with the sub- mittals 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 capacity versus head. Data on shop painting. Motors Name of manufacturer. Type and model. Type of bearings and 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. —(LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 11180 (15388 ) -4- Section 13122 - METAL BUILDING SYSTEMS 1. SCOPE. This section covers the design, fabrication, and erection of the metal building system. Building shall be furnished complete with rigid frames or endwall framing, as indicated on the drawings; monorails or crane runway beams and supports, as indicated on the drawings; roof and wall panels, as indicated on the drawings; roof and wall -insulation as specified herein; louvers, dampers, and skylights as indicated on the drawings; hollow metal doors, as specified herein and indicated on the drawings; secondary framing as required for sectional upward acting doors and fans; as indicated on the drawings and specified in other sections; and all accessories required for complete, weathertight, and functional buildings. Concrete work is covered in the cast -in -place concrete section. The bridge crane is covered in the traveling bridge crane section. It is the responsibility of the metal building manufacturer to design, furnish and install the crane rail, crane runway beam, and the supports for the crane runway beams. 2. DESCRIPTION. The building shall have the following nominal dimen- sions: Overall width, feet Overall length, feet Number of bays Length per bay, feet Side wall height, feet Roof slope 36.5 72 4 As indicated on drawings. 22 1:12 The Contract Documents have been prepared using Varco-Pruden dimensions and terms. Other building systems of equivalent quality are acceptable. Dimensions and details shall be modified to suit the building system furnished at no additional cost to the Owner. 3. DESIGN REQUIREMENTS. Minimum design requirements shall be as follows: Roof live load, lbs per sq ft Wind load, lbs per sq ft (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) (15388 ) 13122 -1- 25 20 Collateral loads, lbs per sq ft 3 Crane load As specified The building shall be designed in accordance with the "Recommended Design Practices Manual" of the Metal Building Manufacturer's Association. The building shall conform to the Uniform Building Code (UBC) and all appli- cable state and local building codes. 3.01. Crane Design. The crane must be located longitudinally in the positions that produce the most unfavorable effects on the building frame, crane runway beams, crane rails, runway beam connections, and ..- support brackets. Crane loads must be combined with the building design loads as specified. Consideration must be given to eccentric loads which may be induced by the crane. 3.01.01. Maximum Wheel Load. The maximum wheel load for a bridge crane is the end truck wheel load produced with the trolley loaded at rated capacity and positioned at that same end of the bridge. 3.01.02. Deflection. The vertical deflection of crane runway beams with 100 percent of the maximum wheel load without vertical impact shall not �. exceed 1/800 of the runway beam span. The horizontal deflection of the crane runway beams with 100 percent of the lateral force shall not exceed 1/400 of the runway beam span. 3.01.03. Longitudinal Bracing. Longitudinal bracing for the building shall be designed for 100 percent of the longitudinal forces produced by the crane in addition to the building design loads as specified herein. 3.01.04. Vertical Impact. The maximum wheel load used for the design of crane runway beams, crane rails, including connections and support brackets, shall be increased by 25 percent to allow for the vertical impact. Vertical impact need not be used for the design of frames or support columns. 3.01.05. Lateral Forces. Lateral forces from crane trolleys that move perpendicular to runway beams shall be included in the design of the runway beams and building frame. The lateral force shall be calculated as 20 percent of the sum of the rated capacity of the crane and weight of the crane trolley and hoist. One half of the lateral force shall be applied to each runway of the bridge crane. Lateral forces shall be assumed to act horizontally at the top of the crane rail and in either direction perpendicular to the runway beams and shall be distributed with due regard to the lateral stiffness of the runway beams and supporting structure. 3.01.06. Longitudinal Forces. Longitudinal forces from the crane bridge must be resisted by the building's bracing system. The longitudinal force shall be calculated as 10 percent of the maximum wheel load (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 13122 (15388 ) -2- excluding vertical impact. The force shall be assumed to act horizontally at the top of the crane rails and in either direction parallel to each runway beam and shall be distributed with due regard to the stiffness of the longitudinal bracing. 4. MATERIALS. Roof Covering Aluminized steel; Varco-Pruden "Panel -Rib" 24 ga. min., 20 year warranty. Wall Covering Galvanized steel with factory painted finish; Varco-Pruden "Panel -Rib" 24 ga. min., with SP 20 paint, 10 year warranty. Liner Panel Galvanized steel with factory painted finish; Varco-Pruden "Panel -Rib" 26 ga. min., with SP 20 paint, 10 year warranty. Accessories Galvanized steel with factory painted finish. Roof and Wall Insulation Fiberglass blanket with 3.2 mil vinyl facing, 3 inches thick, Ra10. Service Doors and Frames Manufacturer's standard, conform to SD1-100 "Recommended Specifi- cations for Standard Steel Doors and Frames". Exposed Fasteners Galvanized, zinc plated, or cadmium plated; 400 series chrome steel or 18-8 stainless steel. Crane Runway Beams ASTM A36... Crane Rails ASTM Al, 30 lbs per yard. Structural Bolts ASTM A325, high strength, black. Anchor Bolts and Nuts IFI-104, Grade 303, 304, or 305. Sealant Building manufacturer's standard. 5. ANCHOR BOLTS. Anchor bolts shall be furnished by the building manu- facturer. Anchor bolts, together with setting drawings shall be delivered sufficiently early to permit setting the anchor bolts when the concrete is placed. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 13122 (15388 ) -3- r- 6. CRANE RUNWAY BEAMS AND SUPPORT BRACKETS. The crane runway beams and support brackets shall be designed in accordance to the loads specified herein and shall be furnished and installed as indicated on the drawings. Except as otherwise specified or indicated on the drawings, all materials and work shall conform to the applicable provisions of the AISC "Steel Construction Manual" and AISC "Specification for the Design, Fabrication, and Erection of Structural Steel for Buildings". 7. CRANE RAIL. The crane rail on which the traveling crane is to travel P-- shall be furnished and installed complete with bolted clamps or hook bolts, splice plates, stops, bolts and nuts, and other accessories necessary to complete the installation indicated on the drawings. Crane rails shall be installed level and in accurate alignment and shall form a continuous smooth track. Rails shall be arranged so that joints of opposite runway beams will be staggered with respect to each other and with respect to the wheel base of the crane. The rail joints shall not coincide with crane runway beam splices. 8. RUNWAY STOPS. The runway stops shall be designed for 10 percent of the total weight of the crane including bridge with end trucks, hoist, and trolley. 9. FABRICATION. All primary framing shall be shop fabricated for bolted field assembly. Buildings shall be Rigid Frame Series. Secondary framing shall have bolted or welded connections. Full frame endwalls shall be used. Secondary framing shall be provided for sectional upward acting doors and for fans and dampers. 10. ROOF PANELS, WALL PANELS, LINER PANELS, AND ACCESSORIES. All necessary roof panels, wall panels, liner panels, erection hardware, fasteners, metal trim, flashing, and other accessories necessary for a complete building shall be furnished by the building manufacturer. Liner panels shall extend from the floor to the first girt or 7'-4" minimum. Items shall be coordinated with equipment furnished. Eave gutters shall be provided at all eaves. Downspouts shall be provided where indicated on the drawings or where required for proper drainage. 11. LOUVERS. Combination type louver/dampers shall be the manufacturer's standard and shall be as sized and located on the drawings. 12. INSULATION. Wall and roof insulation shall be provided. 13. SERVICE DOORS, FRAMES, AND HARDWARE. Service doors and frames shall be the manufacturer's standard. Hardware for each door shall be provided as follows: (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 13122 (15388 ) -4- Item Quantity Manufacturer Catalog Number Butts 3 Stanley FBB199-630 4-1/2" x 4-1/2" NRP Lockset 1 Schlage C53PD-Ply-630 Closer 1 LCH 4114 Cush with SRI primer Threshold 1 Wooster 115 Alumogrit 4" x 1/2" Weatherstripping Head & Jambs 1 set Reese 770 DUR Sill 1 Reese 712 DUR 14. ERECTION. The building shall be erected by trained personnel approved by the building manufacturer and in accordance with the building manufacturer's instructions. Parts shall be plumb and level within a tolerance of 1 in 500. Fasteners shall be installed and tightened in all connections. Structural bolts shall be tightened by the turn -of -nut method as set forth in the AISC Manual. All posts, columns, and frames shall be carefully leveled and grouted in place. Sill angles and door frames shall be sealed by grouting or caulking. Roof coverings, wall coverings, and flashings shall be installed and sealed so that watertight construction is obtained. All joints shall be lapped and sealed with a nondrying sealant. 15. DRAWINGS AND DATA. Complete drawings and data, including design loadings and materials used, shall be furnished showing column and anchor bolt locations; location of all openings; details of door and ventilator construction; flashing details; crane support details; and erection instructions. Drawings and data shall be submitted in accordance with the procedure set forth in the submittals section. Design criteria, calculations, and details of the crane runway beam and support brackets shall be submitted with the seal of a registered professional engineer. Paint colors shall be submitted to the Engineers -Architects for review and selection. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) (15388 ) 13122 -5- P- Section 14630 - TRAVELING BRIDGE CRANE 1. SCOPE. This section covers the traveling bridge crane, complete with trolley and hoist, for the Effluent Pumping Station. "r The crane shall have a manually operated bridge, a manually operated trolley, and a manually operated hoist. Crane rails and crane runway beams are covered in the metal building systems section. 2. GENERAL. Equipment and accessories furnished and installed under this section shall be fabricated, assembled, erected, and placed in proper operating condition in full conformity with drawings, specifi- cations, engineering data, instructions, and recommendations of the equipment manufacturer unless exceptions are noted by the Engineers - Architects. The bridge crane assembly shall consist of structural members fabricated by the crane supplier and components (end trucks, wheels, bridge drive mechanism, trolley, and hoist) manufactured by Lift -Tech International, P&H, Robbins & Myers, or Wright. All components provided shall be the products of a single manufacturer. For ease of identification, the components are specified by reference to catalog names of Lift -Tech International. Equivalent products of other manufacturers regularly engaged in the production of equipment of this type may be furnished subject to acceptance by the Engineers -Architects. All modifications necessary to accommodate the equipment furnished shall be subject to review and acceptance by the Engineer and shall be made at no additional cost to the Owner. The bridge crane assembly shall be shop preassembled and run, then matchmarked and disassembled for shipment and field erection. 2.01. General Equipment Stipulations. The General Equipment Stipula- tions shall apply to the equipment furnished under this section. 2.02. Governing Standards. Equipment furnished under this section shall comply with the applicable requirements of the following: Occupational Safety and Health Standards of the U.S. Department of Labor; Subpart N, Materials Handling and Storage. ANSI MH27.1, "Specifications for Underhung Cranes and Monorail Systems". Hoist Manufacturers Institute HMI 200, "Specifications for Hand Operated Chain Hoists". (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 14630 (15388 ) -1- ANSI B30, "Safety Standards for Cranes, Derricks, Hoists, Hooks, Jacks, and Slings". 2.03. Painting. Shop painting shall be as specified in the General Equipment Stipulations. Field painting is covered in the painting section. 2.04. Labels. The bridge, trolley, and hoist shall each have a conspicuous easy -to -read label showing manufacturer's name, crane serial number, and rated capacity of equipment. The rated capacity of the hoist shall also be shown on the load block. 3. PERFORMANCE AND DESIGN REQUIREMENTS. The traveling bridge crane shall be a shop -assembled unit with top running bridge and underhung trolley and hoist. The bridge crane assembly shall be designed for the following conditions: ANSI Classification Class Al Hoisting capacity, pounds 6,000 Approximate distance center - to -center of crane rails, feet 34.5 (to be coordinated with the metal building manufacturer) Size of ASCE crane rails, lb per yd 30 Approximate overall length of crane rails, feet 70 (to be coordinated with the metal building manufacturer) Maximum available clearance beyond center line of crane rails, each side, inches 8 Maximum available clearance above top of crane rail, inches 22 Bottom of bridge, E1 3192.25 Operating floor, E1 3164.50 Required hook travel Hook at highest position, El 3189.75 Hook at lowest position, E1 3164.50 (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 14630 (15388 ) -2- Maximum chain pull at rated capacity, pounds To move crane 80 To move hoist trolley 80 To operate hoist 80 4. BRIDGE. The bridge shall be single girder type rigidly supported by end trucks and shall be designed to run on the top of the crane rail. The bridge shall be constructed to accommodate an underhung hoist trolley. The wearing surface of lower flanges shall be either specially fabricated flanges or standard flanges ground smooth. Steel design and fabrication shall comply with applicable portions of the specifications of the American Institute of Steel Construction. Load- ings, impact allowances, and allowable stresses shall be in accordance with the governing standards. Deflection of the main girder shall not ..,, exceed 1/800 of the span with the maximum hoist load at any point. 4.01. End Trucks. End trucks, each fabricated from structural steel members, shall be designed to distribute the loading equally to each wheel, shall be securely attached to the beam by welding or with fitted bolts in reamed holes, and shall be provided with heavy gusset plates to ensure adequate rigidity and squareness. Each truck shall have heavy end plates to engage the stops on the crane rails. End trucks shall have a wheelbase of approximately 1/7 the bridge span. The end trucks and wheels shall be designed to operate on the crane rails and shall clear standard ASCE crane rail fittings, anchors, and splices. 4.02. Wheels. Bridge crane wheels shall be of the double flange type, made of rolled, forged, or cast steel with machined universal crowned or tapered hardened treads, designed to operate on the specified runway. One wheel in each truck shall have integrally cut spur gear teeth or machine -cut gears pressed on hubs to serve as drive wheels. The other wheels shall be idlers. Axles may be either rotating or fixed type. Wheel bearings shall be permanently shielded, lifetime -lubricated, antifriction type, adequate for radial and end thrust loading. 4.03. Bridge Drive Mechanism. The bridge drive shall consist of a cross shaft to drive one wheel of each end truck and a chain -operated drive ^- wheel. The cross shaft shall be designed to withstand torsional strain, and shall be supported by brackets and self -aligning bearings at intervals sufficient to prevent distortion of the shaft. Bearings shall be lifetime -lubricated, antifriction type. The drive wheel shall be equipped with a swinging chain guide which will permit rapid handling of the chain without fouling or gagging the wheel ., (LUBBOCK, TEXAS } (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 14630 (15388 ) -3- and will also permit reasonable side pull on the chain. The operating chain shall be heavily zinc plated and shall extend to approximately 3 feet above the specified operating floor. The drive chain for the bridge shall be located approximately 3 feet from the center line of the east runway and on the south side of the bridge. Gearing shall be helical, spur, or herringbone type, made from rolled or cast steel, and shall have machine -cut teeth. All shafts shall be made from alloy steel and shall be heat treated. 5. TROLLEY AND HOIST. The trolley and hoist shall be an Army type unit with hand -geared hoist and trolley, Lift -Tech "8325". The trolley frame shall be rigid and shall contain the hoist. Trolley wheels shall be of the single flange type of rolled, forged, or cast steel with machined universal crowned or tapered treads. Drive wheels shall have integrally cut spur gear teeth or machine -cut gears pressed on hubs. Wheel axles shall be of the fixed type, made from high carbon steel machined and ground to size to receive the wheel bearings. Wheel bearings shall be permanently shielded, lifetime -lubricated, antifriction type, suitable for radial and end thrust loading. The hoisting assembly shall consist of the necessary gearing, guides, and sheaves, all built integrally with the trolley; a load chain equipped with a load hook; and hand chains. Antifriction bearings shall be used throughout, and the assembly shall have facilities for proper lubrication. The hoist shall be equipped with a self -activating, mechanical load brake which will prevent acceleration of the load when lowering, and which will sustain the maximum load at any point. Load brakes shall operate in sealed enclosures. Operating chains shall be welded link type, heavily zinc plated. Load chains shall be heat -treated alloy steel, and hand chains shall be steel. Chain containers shall be provided to receive idle load chain. Chain - operated drive wheels shall be provided with a swinging chain guide which will permit rapid chain handling without fouling or gagging and also permit reasonable side pull on the chain. Operating chains shall extend to approximately 3 feet above the specified operating floor. The hook shall be slow opening, nonfracturing, forged steel, and shall be provided with a safety latch. The hook shall be mounted on antifriction bearings to permit easy turning. 6. BUMPERS AND STOPS. Bumpers and stops shall be installed on the bridge, trolley, and crane rails, and shall meet the requirements of the governing standards. Bumpers and stops shall be located so that no part of the bridge or trolley encroaches on clearances specified or indicated on the drawings. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 14630 (15388 ) -4- r, 7. ERECTION. The crane, hoist, and trolley shall be erected by workmen regularly engaged in crane erecting and acceptable to the crane manufac- turer. The orientation of installation of the hoist and trolley on the crane bridge shall be as directed by the Engineer. _. 8. DRAWINGS AND DATA. Complete outline and installation drawings, 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. Drawings submitted shall include electrical connection diagrams and schematics identifying all items requiring electrical control or power in the operation of the traveling crane assembly, and complete details and information on the power feed system. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 14630 (15388 } -5- Section 15060 - MISCELLANEOUS PIPING 1. SCOPE. This section covers furnishing and installation of miscel- laneous piping and piping accessories (except as otherwise indicated) for all services. The following items are covered in other sections: Cast (ductile) iron pipe Prestressed concrete cylinder pipe Fabricated steel pipe, 6 inch and larger Pipe supports and anchors Polyvinyl chloride pressure pipe Miscellaneous piping shall be furnished and installed complete with all fittings, jointing materials, hangers, supports, anchors, and other necessary appurtenances. 2. MATERIALS. Steel Pipe The following types of steel pipe shall be provided. The specific type of pipe material and wall thickness to be pro- vided 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 B16.4, Class 125. Flanged ANSI B16.1, Class 125. Malleable Iron ANSI B16.3, Class 150, or Fed Spec WW-P-521, Type II (galva- nized) for galvanized pipe or Type I (black) for ungalvanized pipe. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 15060 (15388 ) -1- Forged Steel Threaded .-. Buttwelding Unions Malleable Iron Flange Bolts and Nuts Flange Gaskets Water Service Grooved Couplings Mechanical Couplings Cast Iron Soil Pipe Pipe and Fittings Service Weight Hubless Jointing Materials Rubber Gaskets (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) (15388 ) 15060 -2- ANSI B16.11; Bonney, Crane, Ladish, or Vogt. Class 2000 or Class 3000. ANSI B16.9; standard weight for use with standard weight pipe and extra strong for use with extra strong pipe. Fed Spec WW-U-531, Class 2; Type B (galvanized) for galva- nized pipe or Type A (black) for ungalvanized pipe. ASTM A307, 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. AWWA C606; Gustin-Bacon "No. 120 Rigid" or Victaulic 007 Zero - Flex". Dresser "Style 38" or Rockwell "Type 411 Flexible Coupling". ASTM A74, service weight. CISPI 301. ASTM C564. Watertight/Dusttight Pipe Sleeves Anti -Seize Thread Lubricant Teflon Thread Sealer Teflon Thread Tape Pipe Sleeve Sealant 0-Z Electrical Manufacturing "Thruwall" and "Floor Seals", or Thunderline, "Link -Seals"; with modular rubber sealing elements, nonmetallic pressure plates, and galvanized bolts. Jet-Lube "Nikal", John Crane "Thred Gard Nickel", Never-Seez "Pure Nickel Special", or Permatex "Nickel Anti -Seize". Paste type; John Crane "JC-30", Hercules "Real -tuff", or Permatex "Thread Sealant with Teflon". John Crane "Thred-Tape" or Hercules "Tape Dope". Polysulfide or urethane as specified in the caulking section. 3. SERVICE AND TYPE REQUIREMENTS. 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 A106 steel pipe of equivalent wall thickness will be acceptable. 3.01. Galvanized Steel Pine. a. ASTM A53 Standard Weight Type E with Threaded Cast Iron Fittings. All 5 inch and smaller drainage, waste, and vent piping inside structures may, at the option of the Contractor, be either galvanized steel pipe with threaded cast iron fittings or cast iron soil pipe, unless otherwise specified. Drain piping from equipment. All pipe sleeves except where plastic sleeves are required. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) (15388 ) 15060 -3- b. ASTM A53 Standard Weight Type E with Threaded Malleable Iron Fittings. All 2 inch and smaller piping for the following �- services: Sump pump discharge piping. C. ASTM A53 Standard Weight Type E with Cast Iron Flanged Fittings. All 2-1/2 inch and larger piping for the following services: Sump pump discharge piping in interior locations. 3.02 Black Steel Pipe. All piping not otherwise specified, except buried piping. .� 3.03. Cast Iron Soil Pipe. All 6 inch and smaller drainage piping buried beneath floors or - underground, unless otherwise specified. 4. PIPE JOINTS. Pipe joints shall be carefully and neatly made in accordance with the requirements which follow. 4.01. Threaded. Pipe threads shall conform to ANSI/ASME B1.20.1, 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. At the option of the Contractor, threaded joints in 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. 4.02. 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. 4.03. Grooved Couplings. Grooves for grooved couplings shall be cut with a specially designed grooving tool. Grooves cut in steel pipe shall conform to flexible grooving dimensions as set forth in AWWA C606, and shall be clean and sharp without burrs or check marks. 4.04. Push -on. Gasket installation and other jointing operations shall be in accordance with the recommendations of the manufacturer. Each spigot end shall be suitably beveled to facilitate assembly. All joint surfaces shall be lubricated with a heavy vegetable soap solution immedi- ately 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. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 15060 �^ (15388 ) -4- 4.05. Rubber Gasketed. When rubber gasketed joints are used for hub and spigot type cast iron soil pipe, spigot ends shall be plain, without beads. Cut ends of all pipe shall be cut square and all burrs removed. Spigot ends shall be coated with a lubricant recommended by the gasket manufacturer and fully seated in the gasket. Clamps for hubless cast iron soil pipe shall be installed in accordance with the manufacturer's recommendations. 5. PIPE SLEEVES. Piping passing through concrete or masonry shall be installed through sleeves installed before the concrete is placed or when masonry is laid. 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. Where the drawings indicate future installation of pipe, sleeves shall be provided and the ends sealed with suitable plastic caps or plugs. 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. 6. PIPE INSTALLATION. Pipe shall be installed as specified, as indi- cated on the drawings or, in the absence of detail piping arrangement, in a manner acceptable to the Engineer. 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 specifications. Pipe shall be cut from 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. Stuffing box leakage from all pumps shall be piped to the nearest point of drainage collection. 7. PROTECTIVE COATING. Joints in galvanized steel piping in underground locations shall be field painted with two coats of coal tar coating. 7.01. 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 (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 15060 (15388 ) -5- calipers, and nylon or similar fabric slings with spreader bars. Bare cables, chains, or metal bars shall not be used. 8. 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 erected. The interior of all lines shall be thoroughly cleaned, to the satisfaction of the Engineer, before being placed in service. 9. PRESSURE AND LEAKAGE TESTING. All joints in piping shall be tight and free from leaks. All joints which are found to leak by observation shall be repaired. 10. DRAWINGS AND DATA. 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: Flange gaskets. Grooved and mechanical couplings. Watertight/dusttight pipe sleeves. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT Z ) 15060 (15388 ) -6- Section 15061 - CAST IRON PIPE 1. SCOPE. This section covers cast iron pipe. Cast iron pipe shall be furnished complete with all fittings, jointing materials, pipe hangers and supports, anchors, blocking, encasement, and other necessary appurtenances. 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 shall be tested in accordance with the pipeline pressure and leakage testing section. Pipe hangers and supports are covered in the pipe supports section. 2. MATERIALS. Pipe Ductile iron, ANSI/AWWA C151/A21.51; thickness class as listed in the table at the end of this section. Fittings 12 Inch and Smaller 14 Inch and Larger ANSI/AWWA C110/A21.10, except shorter laying lengths will be acceptable. 250 psi pressure rating. 150 psi pressure rating. 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 Flanged Joints Flanges Bolts (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) (15388 > 15061 -1- American "Flex -Ring", "Lok-Fast" or "Lok-Ring"; Clow "Super -Lock"; U.S. Pipe "TR Flex"; or Griffin "Snap-Lok". ANSI/AWWA C115/A21.15. Ductile iron, ANSI/AWWA C115/A21.15, flat faced. ASTM A307, chamfered or rounded ends projecting 1/4 to 1/2 inch beyond outer face of nut. Nuts Gaskets Mechanical Joints Wall Castings .— Mechanical Joints with Tie Rods Tie Rods Steel Pipe Washers Threaded Connections 0 �-. Mechanical Couplings Couplings Gaskets (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) (15388 ) 15061 -2- ASTM A307, hexagonal, ANSI B18.2.2, heavy semifinished pattern. ASTM D1330, Grade I rubber, full face type, 1/8 inch thick. ANSI/AWWA C111/A21.11, except gaskets shall be neoprene or other synthetic rubber. Natural rubber will not be acceptable. Mechanical joint with water stop and tapped holes; single casting or fabricated ductile iron, "Adjustable Wall Pipe" as manu- factured by Midwest Pipe Fabri- cators, Omaha, Nebraska. All holes shall be sized in accord- ance with the drawings and provided with removable plugs. See details on the drawings. ASTM A307. ASTM A120, standard weight. ANSI B18.22.1, plain steel. ANSI/ASME B1.20.1, NPT; provide boss or tapping saddle wherever wall thickness minus the foundry tolerance at the tapped connec- tion is less than that required for 4-thread engagement as set forth in Table A.1, Appendix A of ANSI/AWWA C151/A21.51. Dresser "Style 38" or Rockwell "441 or 411 Flexible Coupling"; without pipe stop. Oil -resistant synthetic rubber. Grooved End Couplings Pipe Ends Couplings Flanged Coupling Adapters Shop Coating and Lining Cement Mortar Lining Shop Primer Asphaltic Coating Liquid Epoxy Rust -Preventive Compound AWWA C606. Grooved, with dimensions conforming to AWWA C606, Table 5, for rigid joints. Victaulic "Style 31". Rockwell "Type 912, with anchor studs, 12 inch and smaller; "Type 913", 14 inch and larger. ANSI/AWWA C104/A21.4. Cook "391-N-167 Barrier Coat", Koppers "No. 10 Inhibitive Primer", Tnemec "77 Chem -Prime", or Valspar "13-R-28 Chromox Primer". Manufacturer's standard. AWWA C210. Houghton "Rust Veto 344" or Rust- Oleum "R-98. 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. 4. 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 Contrac- tor before the pipe is installed. (LUBBOCK, TEXAS } (EFFLUENT PUMPING STATION) (CONTRACT 2 ) (15388 ) 15061 -3- 5. 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. r- 6. 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. 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. 7. 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. 8. 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. Deflections 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 beinstalled where required to conform to the alignment or grade indicated on the drawings. 9. 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. Pipe shall be laid with the bell ends facing the direction of laying except when reverse laying is specifically authorized by the Engineer. 10. FIELD JOINTS. Joints in buried locations shall be mechanical joint or push -on type unless otherwise indicated on the drawings. Bells on -^ (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 15061 (15388 ) -4- wall 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. Where permitted by the Engineer, grooved end couplings may be used in lieu of flanges, provided rigid grooving is used to preclude longitudinal pipe movement and angular deflection at joints. Fittings, valves, and other items of equipment installed using grooved couplings shall be adequately supported and blocked or restrained as required to prevent rotation. 11. 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 disassembled, thoroughly cleaned, and reassembled. Bolts shall be uniformly tightened to the torque values listed in Appendix A of ANSI/AWWA C111/A21.11. Over - tightening 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 strad- dle 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. 12. PUSH -ON JOINTS. The pipe manufacturer's instructions and recom- mendations for proper jointing operations shall be followed. All joint surfaces shall be lubricated with heavy vegetable soap solution immedi- ately 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. Pipe ends for restrained joint pipe shall be prepared in accordance with the pipe manufacturer's recommendations. 13. 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 (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) (15388 ) 15061 -5- 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 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 while the flange bolts are being - tightened. Each pump shall be leveled, aligned, and wedged into position to fit the m.. 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. 14. 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 AWWA C210. The remaining surfaces, except flange mating surfaces, shall be cleaned and shop primed with the manufacturer's standard rust -inhibitive primer. 15. MECHANICAL COUPLINGS. Mechanical couplings shall be carefully installed in accordance with the manufacturer's recommendations. A space of at least 1/4 inch and not more than one inch shall be left between the pipe ends. Pipe and coupling surfaces which contact gaskets shall be clean and free from dirt and other foreign matter during assembly. All assembly bolts shall be uniformly tightened so that the coupling is free from leaks and all parts of the coupling are square and symmetrical with the pipe. Following installation of the coupling, damaged areas of shop coatings on the pipe and coupling shall be repaired to the satisfaction "-" of the Engineer. The interior surfaces of the middle rings shall be prepared for painting -- in accordance with instructions of the paint manufacturer and shall then be coated with liquid epoxy in accordance with AWWA C210. The remaining components shall be cleaned and shop primed with the manufacturer's standard rust -inhibitive primer. 16. GROOVED END JOINTS. Grooved end couplings shall be installed in accordance with coupling manufacturer's recommendations. Completed joints shall be rigid and shall not allow angular deflection or longi- tudinal movement. Except for closure pieces, field grooving of pipe will not be permitted. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 15061 "' (15388 ) -6- Special care shall be taken when connecting to pumping equipment to avoid transmitting pipe stresses to the pump flanges. Piping shall be per- manently supported so that accurate matching of piping and abutting pump flanges is obtained before any bolts are installed in the flanges. 16. 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 holes in the flange and mechanical joint piece. The top center line shall be marked on the wall casting at the foundry. 17. REDUCERS. Reducers adjacent to pumps 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. 18. 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 or factory welded -on boss will be acceptable. Gauge connections in cast iron piping shall conform to the pressure gauge section. 19. 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. 20. CONCRETE ENCASEMENT. Concrete encasement shall be installed as indicated on the drawings. Concrete and reinforcing steel shall be as specified in the cast -in -place concrete section. All pipe to be encased shall be suitably supported and blocked in proper position, and shall be anchored to prevent flotation. 21. REACTION ANCHORAGE AND BLOCKING. All exposed piping with mechanical couplings, push -on or mechanical joints, or similar joints subject to internal pressure shall be blocked, anchored, or harnessed to preclude separation of joints. All push -on and mechanical joint tees, Y-branches, bends deflecting 22-1/2 degrees or more, and plugs which are installed in buried piping (subjected to internal hydrostatic heads in excess of 30 feet) shall be provided with suitable reaction blocking, anchors, joint harness, or other acceptable means for preventing movement of the pipe caused by internal pressure. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 15061 (15388 ) -7- Concrete blocking shall extend from the fitting to solid undisturbed earth and shall be installed so that all joints are accessible for repair. The dimensions of concrete reaction blocking shall be as indi- cated on the drawings or as directed by the Engineer. If adequate support against undisturbed ground cannot be obtained, metal harness anchorages shall be installed to provide the necessary support. Metal harness anchorages shall consist of steel rods extending across the joint and securely anchored to pipe and fitting, or other adequate anchorage facilities shall be installed to provide the necessary support. If the lack of suitable solid vertical excavation face is due to improper trench excavation, metal harness anchorages shall be furnished and installed by and at the expense of the Contractor. Reaction blocking, anchorages, or other supports for fittings installed in fills or other unstable ground, above grade, or exposed within struc- tures, shall be provided as required by the drawings or as specified herein. The entire length of the 24, 36, and 42 inch suction pipelines shall be designed to resist a thrust of 32, 72, and 70 kips, respectively. The 24 '- inch discharge pipelines shall be designed to resist a thrust of 18 kips for a length of 55 feet from the pump station. 22. PRESSURE AND LEAKAGE TESTING. After installation, prestressed concrete cylinder piping shall be tested for defective workmanship and materials by being subjected to a hydrostatic test as set forth in the pipeline pressure and leakage testing section. 23. DIMENSIONS. The thickness class for all cast iron pipe shall be ANSI thickness Class 50. The specified thickness class includes corro- sion allowance and foundry tolerance. Pipe wall thickness for grooved and threaded pipe shall be increased if necessary to comply with the following minimum thicknesses: Minimum Thickness Class Pipe Size Threaded Ends Grooved Ends "- (1) (2) 3 inch 53 - 4-16 inch 53 53 20 inch 53 55 24 inch 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. 24. DRAWINGS AND DATA. Complete layout drawings, details, and specifi- cations covering all cast iron piping and accessories shall be submitted in accordance with the procedure set forth in the submittals section. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 15061 -- (15388 ) -8- Section 15062 - STEEL PIPE 1. SCOPE. This section covers steel pipe 6 inches in diameter and larger, together with fittings, specials, and appurtenances. Steel pipe smaller than 6 inches in diameter, miscellaneous piping, pipe supports, and pressure and leakage tests are covered in other sections. Steel piping shall be furnished and installed complete with all fittings, specials, jointing materials, appurtenances, and accessories indicated on the drawings or otherwise required for proper installation and function- ing of the piping. Piping furnished hereunder shall be complete with all jointing materials required for installation of valves and equipment furnished by others for installation under this contract. 2. GOVERNING STANDARDS. Except as modified or supplemented herein, all steel pipe, fittings, and specials shall conform to the applicable requirements of the following standards: AWWA Standards Title C200 Steel Water Pipe 6 Inches and Larger C205 Cement -Mortar Protective Lining and Coating for Steel Water Pipe - 4 Inch and Larger - Shop Applied C207 Steel Pipe Flanges for Waterworks Service - Sizes 4 Inches Through 144 Inches ANSI Standards B1.1 Unified Inch Screw Threads B18.2.1 Square and Hex Bolts and Screws B18.2.2 Square and Hex Nuts B36.10 Welded and Seamless Wrought Steel Pipe 3. BASIS OF DESIGN. Steel pipe, fittings, and specials may be either fabricated or mill type. In either case, all items shall be fabricated to the sizes, dimensions, and shapes indicated on the drawings or speci- fied herein. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 15062 (15388 ) -1- The specified size of fabricated pipe, fittings, and specials shall be the nominal inside diameter, in inches, where 12 inches and smaller in size, and the actual outside diameter where 14 inches and larger in size. The specified size of mill pipe, fittings, and specials shall be the nominal pipe size as set forth in ANSI B36.10. 3.01. Pipe Wall Thickness. All pipe shall have a wall thickness of at least 1/4 inch. 3.02. Fitting Dimensions. Unless otherwise permitted by the Engineer, the dimensions of steel pipe fittings shall be as indicated on -- Figure 1-15062 bound at the end of this section. 3.03. Shop Tests. Shop hydrostatic testing of steel pipe, fittings, and specials will not be required; however, field hydrostatic testing after installation will be required as specified. 3.04. Reinforcement of Fittings and Specials. All bends, fittings, branch connections, reducers, and special sections shall be reinforced, or the wall thickness shall be increased so that the combined stresses due to internal pressure (circumferential and longitudinal) and bending will not exceed 20,000 psi. Whether or not indicated on the drawings, reinforcements or additional wall thickness shall be provided as required to ensure that the combined stresses do not exceed the specified maximum. Unless otherwise indicated or directed, the internal pressure shall be the specified field test pressure for the piping adjacent to the item in question, and the dead load shall be equal to the pipe full of water. 4. MATERIALS. Pipe Fittings and Specials Flanged Joints Flanges Dimensions and Drilling Blind Flanges (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) (15388 ) 15062 -2- AWWA C200. AWWA C200. AWWA C207, slip-on, except where otherwise permitted or required. AWWA C207, Class D, Table 1 or Table 2. AWWA C207, unless otherwise indicated on the drawings or specified. Flange Bolting Material Type Bolts and Bolt -Studs Length Ends AWWA C207. Bolt and nut; bolt -stud and two nuts permitted for one inch and larger. Such that ends project 1/4 to 1/2 inch beyond surface of nuts. Chamfered or rounded. Threading ANSI B1.1, coarse thread series Class 2A fit. Bolt -studs may be threaded full length. Studs for tapped holes shall be threaded to match threading in holes. Bolt Head Dimensions ANSI B18.2.1; regular pattern for square, heavy pattern for hexagonal. Nuts Hexagonal. Dimensions ANSI B18.2.2, heavy, semifinished pattern. Threading ANSI B1.1, coarse thread series, Class 2B fit. Gaskets AWWA C207; Crane Packing Company "Style 777 - Cloth Inserted Synthetic Rubber Sheet Packing" or Garlock "Style 19 Cloth - Inserted Rubber Sheet Gasketing". Gasket Compound Mechanical Couplings Restrained Joints (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) (15388 ) 15062 -3- Garlock "Compound No. 101-S" or Titeseal "T25". Dresser "Style 384, Rockwell "411 Flexible Coupling", or Baker "Series 2001; without pipe stop. Of the type indicated on the drawings. Lugs or Collars Bolts Threading Ends Nuts Threading Dimensions Flat Washers Flanged Coupling Adapters Grooved Couplings Small Branch Connections Pipe Nipples Welding Fittings .-- Threaded Outlets Welded Outlets (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) (15388 ) 15062 -4- ASTM A283, Grade B or C; or A285, Grade C. ASTM A193, Grade B7. ANSI B1.1, Class 2A fit, coarse thread series for one inch and smaller and-8-thread.series for 1-1/8 inch and larger. Chamfered or rounded. Hexagonal, ASTM A194, Grade 2H or better. As specified for bolts except Class 2B fit. ANSI B18.2.2, heavy semifinished pattern. Hardened steel, ASTM A325. Dresser "Style 128" or Rockwell "913"; with anchor studs of sufficient size and number to withstand test pressure. AWWA C606; Victaulic "07 Zero - Flex". Seamless black steel pipe, ASTM A53, standard weight (Schedule 40). Bonney "Thredolets", Porter "W-S Teelets", or Vogt "Weld Couplets". Bonney "Weldolets", Porter "W-S Teelets", or Vogt "Weld Couplets". Coatings and Linings Rust -Inhibitive Primer Rust -Preventive Compound Liquid Epoxy Cement Mortar Cement Sand Bituminous Filler for Wall Fittings Watertight Pipe Sleeves Anchor Bolts 5. ENDS OF SECTIONS. Cook "391-N-167 Barrier Coat", Koppers "No. 10 Inhibitive Primer", Tnemec "77 Chem -Prime", or Valspar "13-R-28 Chromox Primer". Houghton "Rust Veto 344" or Rust-Oleum "R-9". AWWA C210. AWWA C205 and C602. ASTM C150, Type II. AWWA C205, Section 2.3, except sand for field -applied lining shall pass a 16 mesh sieve. Plastic asphalt roof cement, asbestos -free; ASTM D4586, Type II. Thunderline Corporation "Link -Seal", insulating type with modular rubber sealing elements, nonmetallic pressure plates, and galvanized bolts and nuts. ASTM A307. 5.01. For Fitting with Flanges. Ends to be fitted with slip-on flanges shall be prepared to accommodate the flanges in accordance with the governing standards. 5.02. For Mechanical Couplings. Ends to be joined by mechanical couplings shall be plain end type in accordance with the governing standard. In addition, the welds on ends to be joined by couplings without pipe stops shall be ground flush to permit slipping the coupling in at least one direction to clear the pipe joint. 5.03. For Grooved Couplings. Ends to be joined by grooved couplings shall be of the cut grooved or shouldered type conforming to the governing standard and as recommended by the coupling manufacturer for (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) (15388 ) 15062 -5- the size and wall thickness of the pipe, fitting, or special being coupled; and for the maximum test or working pressure to which the ^ couplings will be subjected. 5.04. For F1anaed Coupling Adapters. Ends to be fitted with flanged coupling adapters shall be plain end type in accordance with the govern- ing standard for mechanical couplings. Welds shall be ground flush to permit installation of the coupling and holes field drilled at the proper location for anchor studs. 6. SEAMS. Except for seamless mill -type pipe, all piping shall be made from steel plates rolled into cylinders or sections thereof with the longitudinal seams butt -welded, or shall be spirally formed and butt - welded. There shall be not more than two longitudinal seams. Girth seams shall be butt -welded and shall be spaced not closer than 10 feet p-. apart except in specials and fittings. 7. PIPE LENGTHS. Straight pipe sections shall be of the lengths indi- cated on the drawings. All pipe to be connected with mechanical couplings shall be fabricated so the space between pipe ends within the couplings will not exceed the ^, allowable as recommended by the coupling manufacturer but will be at least 1/2 inch. 8. SMALL BRANCH CONNECTIONS. Branch connections 2-1/2 inches and smaller shall be made with welding fittings with threaded outlets. Where there is some doubt as to the exact outlet size desired, but it is known that the size will be less than one inch, a one inch outlet shall be provided and reducing bushings used as required. Branch connections 3 inches through 12 inches in size shall be made with pipe nipples or with welding fittings with welded outlets. Pipe nipples and welding fittings shall be welded to the pipe shell and reinforced as required to meet design and test requirements. "— Small branch connections shall be located so as not to interfere with joints, supports, or other details and shall be provided with caps or plugs to protect threads during shipping and handling. 9. DRAINS AND VENTS. In interior locations, drains and vents shall be provided at the locations and in the sizes indicated on the drawings. Pipe used for drain and vent piping shall be ASTM A53 standard weight, "w black steel pipe. Drain valves shall be hose valves. Vent valves shall be resilient seat globe valves. Drain and vent valves shall comply with the requirements of the miscellaneous valves section. 10. FLANGED JOINTS. Flange faces shall be normal to the pipe axis. Angular deflection (layback) of the flange faces shall not exceed the allowable set forth in Section 4.3 of AWWA C207. All flanges, after (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) (15388 ) 15062 -6- welding to the pipe, shall be refaced, if necessary, to prevent dis- tortion of connecting valve bodies from excessive flange bolt tightening and to prevent leakage at the joint. Pipe lengths and dimensions and drillings of flanges shall be coordinated with the lengths and flanges for valves, pumps, and other equipment to be installed in the piping. All mating flanges shall have the same diameter and drilling and shall be suitable for the pressures to which they will be subjected. Flanges shall be of the slip-on type, except that welding -neck or slip-on flanges welded to short lengths of pipe shall be used where installation of flanges in the field is permitted or required. 11. MECHANICAL COUPLINGS. The middle ring of each mechanical coupling shall have a thickness at least equal to the wall thickness specified herein for the size of pipe on which the coupling is to be used. The length of each middle ring shall be not less than 10 inches for 36 inch and larger pipe and not less than 7 inches for pipe smaller than 36 inch size. The interior surfaces of the middle rings shall be prepared for painting in accordance with instructions of the paint manufacturer and shall then be coated with liquid epoxy in accordance with AWWA C210. The remaining components shall be cleaned and shop primed with the manufacturer's standard rust -inhibitive primer. 12. GROOVED COUPLINGS. Grooved couplings shall be sized for proper installation on the pipe ends provided. After fabrication, all housing clamps forming the coupling shall be cleaned and primed (as specified for the pipe) by the coupling manufacturer. 13. RESTRAINED JOINTS. Restrained joints shall be flanged, flanged coupling adapters with anchor studs, or harnessed as specified or indicated on the drawings. Where indicated on the drawings, mechanically coupled, grooved coupling, or stab type joints shall be restrained with harness bolts and lugs or collars. Joint harnesses shall conform to the details indicated on the drawings. Lugs or collars shall be shop welded to the pipe and coated as specified for the adjacent pipe. 14. FLANGED COUPLING ADAPTERS. Flanged coupling adapters shall be installed in accordance with the coupling manufacturer's recommendations. After the pipe is in place and all bolts have been properly tightened, the location of holes for the anchor studs shall be determined and field drilled. Hole diameter shall be not more than 118 inch larger than the diameter of the stud projection. Anchor stud holes shall extend com- pletely through the pipe wall and lining material. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 15062 (15388 ) -7- 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 AWWA C210. The remaining surfaces, except flange mating surfaces, shall be cleaned and shop primed with the manufacturer's standard rust -inhibitive primer. 15. WALL SLEEVES. Unless otherwise noted, wall sleeves of the type indicated on the drawings shall be provided where steel pipe passes through concrete or masonry walls. Where harness lugs are attached to wall sleeves, the sleeves shall be carefully aligned to permit instal- lation of the tie rods. In flange and mechanical joint wall sleeves, holes in the mechanical joint bells and 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 fabri- cating shop. 16. PIPE ANCHORS, BLOCKING, ENCASEMENT, HANGERS, AND SUPPORTS. Pipe anchors, blocking, hangers, and supports shall be fabricated in accordance with the requirements of the pipe supports section and the ^` details indicated on the drawings and shall be furnished and installed complete with all concrete bases, anchor bolts and nuts, plates, rods, and other accessories required for proper support of the piping. All piping shall be rigidly supported and anchored so that there is no movement or visible sagging between supports. Where the details must be modified to fit the piping and structures, all such modifications shall be subject to acceptance by the Engineer. Unless otherwise permitted, lugs required for lateral or longitudinal anchorage shall be shop welded to the pipe. Concrete reaction anchorage, blocking, encasements, and supports shall be provided as indicated on the drawings or as otherwise permitted by the Engineer. Concrete for anchorages, blocking, encasements, and supports shall conform to the requirements of the cast -in -place concrete section. 17. PROTECTIVE COATINGS AND LININGS. All steel pipe, fittings, spe- cials, wall fittings, and accessories shall be lined, coated, or wrapped as specified herein. 17.01. Type of Coating and Lining. Surface preparation shall be in Y.o accordance with the coating or lining manufacturer's instructions. Types of protective coating and lining shall be as follows: Exterior Surfaces in Shop -applied rust -inhibitive Interior Locations primer. Field painting is covered in the painting section. Interior Surfaces Cement mortar, AWWA C205, AWWA C602, as modified herein. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) (15388 ) 15062 -8- Pipe Joints Couplings Shop coating as specified for each type of coupling. Field coating as specified for ends of sections. Ends of Sections As specified herein. Machined Surfaces Rust -preventive compound. 17.02. Field Repair o.. Coatings and Linings. Entry into the pipe for application o 'Cinterior linings to unlined ends shall be from open ends or through access manholes, except as otherwise permitted by the Engineer. Pour holes, where permitted, shall consist of a 4 inch standard weight black steel pipe welded to the pipe and covered with a bolted blind flange. Field repair of shop -applied exterior coatings and interior linings shall conform to the following: For Flanged Joints For Mechanically Coupled Joints Extend lining to ends of pipe. The coating of exterior surfaces is covered in the painting section. Cement Mortar Hold back coating 12 inches from joints; paint exposed surfaces with 2.5 mil dry film thickness of Type B primer in accordance with AWWA C203. Lining shall extend to end of pipe. Field coat exterior surfaces with 35 mil dry film thickness of thixotropic coal tar. Repair of lining at. joints not required. For Grooved Coupled Joints Cement Mortar Hold back coating 6 inches at joints; paint exposed surfaces with 2.5 mil dry film thickness of Type B primer in accordance with AWWA C203. Lining shall extend to end of pipe. Field repair exterior surfaces with 35 mil dry film thickness of thixotropic coal tar. Repair of lining at joints not required. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) (15388 ) 15062 -9- 17.03. Modifications to the Governing Standards. 17.03.01. Shop -Applied Cement Mortar Lining. Unless otherwise accept- able to the Engineer, cement mortar lining for all 36 inch and smaller steel pipe shall be shop applied. Except as modified herein, shop - applied mortar linings shall comply with AWWA C205. a. Specials. Wire fabric reinforcement shall be used in lining of fittings and specials in accordance with Section 4.5 of AWWA C205. b. Field Repair. Field repair of inside joint surfaces shall be performed in accordance with Appendix A, Paragraph A2 of AWWA C205, except that an epoxy bonding agent and latex admix- ture shall be used in conjunction with the sand and cement mortar. The addition of lime or pozzolan will not be �^ permitted. The exposed steel shall be thoroughly cleaned and all grease shall be removed. A coat of epoxy bonding agent shall be applied over the area to be lined in accordance with the manufacturer's recommendations. A coat of soupy mixture of cement and water shall be applied over the epoxy after it becomes tacky. Cement mortar to which the latex admixture has been added shall then be packed into the area to be patched and screeded off level with the adjacent cement mortar lining. The -, patched area shall be given an initial floating with a wood float followed by a steel trowel finish. Defective or damaged shop -applied cement mortar linings shall be removed, surfaces cleaned, and repaired as specified above for joint repair. C. Adjacent to Valves. Steel pipe installed adjacent to butterfly valves shall be provided with tapered cement mortar lining so that the valve disc will not interfere with the lining material during valve operation. 18. SHOP INSPECTION AND TESTING. Inspection and testing by an indepen- dent laboratory will not be required at the fabricating or coating shop; however, the pipe manufacturer shall furnish an affidavit of compliance certifying that all materials used and work performed comply with the specified requirements. Seven copies of the affidavit shall be furnished. 19. HANDLING. Pipe, fittings, specials, and appurtenances shall at all times be handled and stored in a manner that will ensure installation in sound, undamaged condition, and shall conform to Section 2.14 of AWWA C203. r- (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 15062 (15388 ) -10- 20. CLEANING. The interior of all pipe and fittings shall be thoroughly cleaned of all foreign matter before being installed and shall be kept clean until the work has been accepted. Precautions shall be taken to ensure that foreign matter does not enter the pipe during jointing, lining repair, or inspection operations. 21. INSTALLATION. 21.01. Flanged Joints. Care shall be taken in bolting flanged joints so that there is no restraint on the opposite end of the piece which would prevent pressure from being evenly and uniformly applied upon the gasket. The pipe or fitting must be free to move in any direction while bolting. Bolts shall be gradually tightened in a crisscross pattern, to ensure a uniform rate of gasket compression around the entire flange. Special care shall be taken when connecting to pumping equipment to ensure that piping stresses are not transmitted to the pump flanges. All connecting piping shall be permanently supported so that accurate match- ing of bolt holes and uniform contact over the entire surface of flanges are obtained before any bolts are installed in the flanges. In addition, pump connection piping shall be free to move parallel to its longitudinal center line while the bolts are being tightened. Each pump shall be leveled, aligned, and wedged into position which will 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 if neces- sary to properly install the connecting piping. Each pump shall, how- ever, be grouted before final bolting of the connecting piping. After final alignment and bolting, the pump connections shall be tested for applied piping stresses by loosening the flange bolts which, if the piping is properly installed, should result in no movement of the piping relative to the pump or opening of the pump connection joints. 21.02. Couplings. Surfaces of pipe ends and couplings which contact the sealing gasket shall be clean and free from foreign material when the coupling is installed on the pipe. Wrenches used in bolting couplings shall be of a type and size recommended by the coupling manufacturer. All bolts shall be tightened approximately the same amount with all parts of the coupling square and symmetrical with the pipe. Following instal- lation, the exterior coating of each coupling shall be touched up or reprimed. 22. HYDROSTATIC TESTS. After installation, steel piping shall be tested for defective workmanship and materials by being subjected to a hydro- static test as specified in the pressure and leakage testing section. 23. LEAKAGE. All steel piping shall be watertight and free from leaks. Each leak which is discovered within the correction period stipulated in the General Conditions of the Agreement shall be repaired by and at the expense of the Contractor. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 15062 (15388 ) -11- 24. DRAWINGS AND DATA. Drawings, specifications, installation sched- ules, and other data showing complete details of the fabrication, con- struction, weld locations, joint details and certification, and instal- lation of pipe, fittings, specials, and connections, together with complete data covering all materials proposed for use, shall be submitted in accordance with the submittals section. Submittals shall indicate the ASTM designation for the material from which each class of pipe is fabricated. In addition to the markings as specified under the governing standard, the Contractor's drawings shall include a complete laying schedule with piece description to show where each numbered pipe, fitting, or special is to be installed. The numbers indicated on the drawings shall corre- spond with those painted on the pipe. T (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 15062 (15388 ) -12- I < m i J 1J I A U C3:�j I 1 j `-angle r Too A I A of E , Cress 0 90 dog. Lateral Lateral *in; 75-de1 max 7 � t' halt* CR2 or R3Tan l^'ngle 473 True Wye-90 deg 2-Piece El cow '� •0-30 deg A R R =a ri U 31-P1dce Eteeo r' Tan _ 1 31-0 deg Angle l I + U e u • 1 "iece Elbow __.4 61-90 deg i-Piece Long-Radiwe Elbow Reducer DIMENSIONS IN INCHES Tee Lateral True Wye Eleo.s ao- hree- four- Faur- Rea Naeinal Cross 146-75 deg) (90 dell Oia. A+A Piece Piece Piece Piece Run Outlet Ran Outlet E• f' (0-30 dog) (31-" deg) (61-90 dell) Long- Rad i us A+A A 0 E s 13 6.5 13 15 12 6.5 3 A. 6.5 9 6 16 a 16 1a 14.3 a 3.5 S 5 a 11.5 a Is 9 to 22 17.5 9 4.3 5.5 5.5 9 14 10 22 11 22 25.5 20.3 11 5 6.5 6.5 11 16.5 12 29 12 24 30 24.3 12 5.5 7.5 7.5 I 12 1 19 14 28 1a 22 33 27 is 6 7.5 7.5 ` 14 f 21.5 16 30 15 30 36.5 30 15 6.3 a a 15 24 to 33 16.3 33 39 32 14.3 7 8.5 8.5 j 1& 5 i 26.5 20 36 1s 36 43 35 1a a 9.5 9.5 ; 1a 29 22 40 20 40 96 31.5 t0 t0 20 31.5 24 u 22 ss 99.3 40.3 22 9 11 11 l 22 1 34 30 so 25 s0 59 49 25 10 15 15 25 i a1.5 36 56 28 56 1 sa 60 to 1a 28 j 99 42 62 31 62 95 69 21 21 31 56.5 Y 64 34 6a 104 77 29 24 34 64 54 19 31 14 21 27 37 7t.5 bo so ao , s0 30 30 40 79 1 DIMENSIONS FOR STEEL PIPE -FITTINGS essdc s v+�sccn E^e"more • Arem om STEEL PIPE FIGURE 1-13062 Section 15100 - MISCELLANEOUS VALVES 1. SCOPE. This section covers all valves, except where specific require- ments are stipulated in other sections. 2. GENERAL. 2.01. General Equipment Stipulations. The General Equipment Stipula- tions shall apply to all equipment furnished under this section. 2.02. 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. 2.03. 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. Not less than two operating keys shall be furnished for operation of the wrench nut operated valves. 2.04. 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. 2.05. 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. 2.06. 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 B16.1, Class 125 or ANSI 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. 2.07. 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. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) _ (CONTRACT 2 ) 15100 (15388 ) -1- 2.08. Shop Painting. All ferrous metal surfaces of valves and acces- sories, 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 Fed Spec TT-V-51. Coal Tar Koppers "Bitumastic Super Service Black", Tnemec 046-449 Heavy -Duty Black", or Valspar 135-J-10 Hi -Build Bituminous Coating". Rust -Inhibitive Primer Rust -Preventive Compound b. Surfaces To Be Painted. Unfinished Surfaces Interior Surfaces For Liquid Service Exterior Surfaces of Valves To Be Buried. Exterior Surfaces of All Other Valves Polished or Machined Surfaces Operators and Accessories Cook 0391-N-167 Barrier Coat", Koppers "No. 10 Inhibitive Primer", Tnemec 177 Chem -Prime", or Valspar 013-R-28 Chromox Primer". Houghton "Rust Veto 344" or Rust-Oleum "R-9". Asphalt varnish (two coats) or epoxy. Asphalt varnish or coal tar. Rust -inhibitive primer. Rust -preventive compound. Rust -inhibitive primer. 3. 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. Valves shall be rated not (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) (15388 ) 15100 -2- 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 421OT", or Stockham "S-216". 4. DEEP WELL AIR AND VACUUM VALVES. Seven 4-inch deep well air and vacuum valves shall be provided and installed on vertical pump discharge lines as indicated on the drawings. Each deep well valve shall include a throttling device, surge check valve, and an externally mounted indi- vidual air release valve. Deep well valves shall be as manufactured by Valve and Primer or Multiplex Manufacturing. 5. CHECK VALVES. The 8, 10, and 12 inch check valves in the pump discharge piping shall be a APCO "Series 800" 150 pound class slanting disc check valve as manufactured by Valve and Primer Corporation. The check valves shall be designed to operate in full open position within a velocity range of 3 fps to 10 fps. These check valves shall be provided with a disk position indicator. Check valves in vacuum relief air piping shall be wafer style designed for installation between two pipe flanges and shall be Marlin "Wafer Check A125HZNSF", TRW Mission "Duo-Chek II Figure 12 HMP", Valmatic "Dual Disc 88-GAN-SSF", or Valve and Primer "900AR1F". Each check valve shall have a cast iron body, bronze plates or ductile iron plates with bronze trim, Buna-N seals, stair_'iss steel springs, stainless steel hinge pins and stops, teflon spring and hinge bearings, and standard trim materials for IBBM construction. All wetted aluminum bronze valve components shall be heat treated to inhibit dealuminization in accordance with Section 1.1 of AWWA C504. The 2-inch check valves in the sump discharge piping shall be Class 125 or higher, all bronze, Y-pattern, regrinding, horizontal swing type. Threaded end valves shall be Stockham "B321" or Walworth "Fig 34061. Soldered end valves shall be Nibco "S-413-B" or Walworth "Fig 3046SJ". 6. ANGLE SURGE RELIEF VALVES. Two 10-inch angle surge relief valves shall be installed in the locations indicated on the drawings. Angle surge relief valves shall be heavily constructed cast iron body types with cover/spacers to withstand severe shock conditions. The body shape shall be 90 angle to permit side discharge. The cover/spacer shall provide an air gap between the surge valve and the hydraulic cylinder. The valve stem shall be connected to the hydraulic cylinder by means of a self -aligning universal connector to ensure smooth positive opening, without binding, during shock opening of the valve. The hydraulic cylinder shall be removable from the valve, without dismantling or removing the valve from the line. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) (15388 ) 15100 -3- Closing speed shall be externally adjustable by means of a color coded micrometer control valve. The valve disc shall be normally closed against system operating pressure of 90 psi by means of a spring or springs, plus a hydro -pneumatic accumulator. When system pressure exceeds the normal operating pressure by 10 percent, the angle surge relief valve shall open immediately to relieve the pressure surge, and close slowly as the system pressure returns to normal, by means of the hydraulic cylinder. The hydraulic cylinder shall be totally enclosed to prevent dirt or dust from fouling up the cylinder operation. The hydraulic oil shall be freeze -proof. The shut-off pressure shall be set at the factory, but additional adjustments can be made in the field by increasing or decreasing the pressure inside the hydro -pneumatic accumulator. Valve shall be APCO "Series 3000 Angle Surge Relief Valve", as manufactured by Valve & Primer Corporation. 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 required by the drawings. Not more than one extension will be allowed with each slide type valve box. Valve boxes shall be not less than 5 inches in inside diameter, shall have a minimum thickness at any point of 3/16 inch, and shall be provided with suitable cast iron bases and covers. Each valve buried to a depth greater 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 be sized to extend from the valve to 5 inches inside the valve box cover. Covers shall have cast thereon designation of the service for which the valve is used. All parts of valve boxes, bases, and covers shall be shop coated by dipping in asphalt varnish. 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 being placed in proper position, earth shall be filled in around each valve box and thoroughly tamped on each side of the box. 8. DRAWINGS AND DATA. Complete specifications, data, and catalog cuts or drawings covering the items furnished under this section shall be submitted in accordance with the submittals section. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) (15388 ) 15100 -4- Section 15101 - BUTTERFLY VALVES 1. SCOPE. This section covers AWWA butterfly valves for cold water service as indicated in the Butterfly Valve Schedule included herein. Butterfly valves shall be furnished complete with actuators and accessories as specified herein. 2. GENERAL. 2.01. Acceptable Products. Butterfly valves furnished under this section shall be limited to the following: Manufacturer/Model Size Range AC Valve All sizes American -Darling All sizes DeZurik All sizes M&H 14 inch and larger Mueller 12 inch and larger Pratt All sizes 2.02. Governing Standard. Except as modified or supplemented herein, all butterfly valves, including actuators, shall conform to the appli- cable requirements of ANSI/AWWA C504. 2.03. General Equipment Stipulations. The General Equipment Stipula- tions shall apply to all equipment furnished under this section. 2.04. Shop Painting. All interior and exterior ferrous metal surfaces, except finished surfaces, bearing surfaces, and stainless steel com- ponents, 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 Epoxy. Exterior Surfaces of Coal tar. Valves To Be Buried. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 15101 (15388 ) -1- Exterior Surfaces of All Other Valves Polished or Machined Surfaces Actuators and Accessories Rust -inhibitive primer. Rust -preventive compound. Rust -inhibitive primer. Interior coatings shall comply with AWWA C550 and shall be free of holidays. The total dry film thickness of shop -applied coatings shall be not less than: Type of Coating Coal Tar Epoxy Rust -Inhibitive Primer Minimum Dry Film Thickness 6 mils 10 mils 3 mils 3. MATERIALS. Except as modified or supplemented herein, materials used in the manufacture of butterfly valves and actuators shall conform to the requirements of ANSI/AWWA C504. Shop Coatings Coal Tar Koppers "Bitumastic Super Service Black", Tnemec "46-449 Heavy Duty Black", or Valspar "35-J-10 Hi -Build Bituminous Coating". Epoxy Cook "920-W-965 Epicon-MW HB Epoxy", Engard "Engard 460", Koppers "200 HB Epoxy", Soc-Co "Keysite 750", Tnemec "Series 20 Pota-Pox", or Valspar "78-W-3B Val -Chem Hi -Build Tank Epoxy". Rust -Inhibitive Primer Rust -Preventive Compound 4. VALVE CONSTRUCTION. Cook "391-N-167 Barrier Coat", Koppers "No. 10 Inhibitive Primer", Tnemec "77 Chem -Prime", or Valspar 013-R-28 Chromox Primer". Houghton "Rust Veto 344" or Rust-Oleum "R-9". 4.01. Valve Bodies. Valves shall be short -body type except where wafer type is specified. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 15101 (15388 ) -2- r a. Body Stops. The use of a stop or lug cast integrally with or mechanically secured to the body for the purpose of limiting disc travel by means of direct contact or interference with the valve disc (in either the open or closed position) will not be acceptable. b. Flanges. Flanges shall be 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. 4.02. Valve Shafts. Valve shafts shall be fabricated of AISI Type 304 or 316 stainless steel. The use of shafts having a hexagonal cross section will not be acceptable. 4.03. Valve Discs. Valve discs shall be secured to shafts by means of solid, smooth sided, stainless steel or monel taper pins or dowel pins. Each taper pin or dowel pin shall extend through the shaft and shall be mechanically secured in place. The use of bolts, setscrews, knurled or fluted dowel pins, expansion pins, roll pins, tension pins, spring pins, or other devices in lieu of the pins specified herein will not be acceptable. 4.04. Valve Seats. Acceptable seating surfaces mating with rubber are AISI Type 304 or 316 stainless steel, monel, or plasma -applied nickel - chrome overlay for all valves; bronze for 20 inch and smaller valves; and alloy cast iron for 20 inch and smaller manually operated valves. ^ Valve seat configurations which rely on the mating pipe flange to hold the seat in position in the valve body will not be acceptable. 4.05. Shaft Seals. Shaft seals shall be of the chevron or 0-ring type. 4.06. Thrust Bearings. Each valve shall be provided with one or more thrust bearings in accordance with the governing standard. Thrust bearings which are directly exposed to line liquid and which consist of a metal bearing surface in rubbing contact with an opposing metal bearing surface will not be acceptable. ^ 5. VALVE ACTUATORS. Actuator mounting arrangements and handwheel or chainwheel positions shall be as indicated on the drawings or as directed by the Engineer. ^ 5.01. Manual Actuators. Unless otherwise required by the Owner, the direction of rotation of the wheel or wrench nut to open each 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. -� (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 15101 (15388 ) -3- The housing of traveling -nut type actuators shall be fitted with a removable cover which shall permit inspection and maintenance of the operating mechanism without removing the actuator from the valve. Travel limiting devices shall be provided inside the actuator for the open and closed positions. Travel limiting stop nuts or collars installed on the reach rod of traveling -nut type operating mechanisms shall be field adjustable and shall be locked in position by means of a removable roll pin, cotter pin, or other positive locking device. The use of stop nuts or adjustable shaft collars which rely on clamping force or setscrews to prevent rotation of the nut or collar on the reach rod will not be acceptable. The valve and actuator shall be designed so that shaft seal leakage cannot enter the actuator housing. 5.01.01. Handwheels. Handwheel diameters shall be at least 8 inches but not more than 24 inches for 30 inch or smaller valves. 5.01.02. Wrench Nuts. Wrench nuts shall be provided on all buried valves. Unless otherwise directed by the Owner, all wrench nuts shall comply with Section 3.16 of AWWA C500. Not less than two operating keys shall be furnished for operation of the wrench nut operated valves. 6. EXTENSION STEMS. Extension stems 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 by means of a Lovejoy "Type D" single universal joint with grease -filled protective boot. All stem connections shall be pinned. Extension stems shall be provided for buried valves when the valve actuator is 4 feet or more below finished grade. Each extension stem for a buried valve shall extend to within 6 inches of the ground surface, shall be provided with spacers which will center the stem in the valve box, and shall be equipped with a wrench nut. 7. VALVE BOXES. Each valve buried to a depth of4 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 required by the drawings. Not more than one extension will be allowed with each slide type valve box. Valve boxes shall be not less than 5 inches in inside diameter, shall have a minimum thickness at any point of 3/16 inch, and shall be provided with suitable cast iron bases and covers. Each valve buried to a depth greater 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 be sized to extend from the valve to 5 inches inside the valve box cover. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) (15388 ) 15101 -4- All parts of valve boxes, bases, and covers shall be shop coated by dipping in asphalt varnish. 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 being placed in proper position, earth shall be filled in around each valve box and thoroughly tamped on each side of the box. 8. BUTTERFLY VALVE SCHEDULE. Minimum Actuator Type of AWWA Type of Torque Size Quantity Service Installation Class(1) Actuator Capability(2) inches inch -pounds 16 7 Pump Buried 150B-MJ Wrench Nut 14,160 Suction 24 6 Pump In -Plant 150B-F Wrench Nut 25,608 Discharge 24 2 Pump Buried 150B-F Wrench Nut 21,369 Suction 36 2 Pump Buried 150B-F Wrench Nut 63,658 Suction (1) Suffix letters define valve ends as follows: F - Flanged MJ - Mechanical joint (2) The manufacturer's rated torque capacity for each butterfly valve actuator shall be at least equal to the actuator torque capability specified herein. If valves with an AWWA class designation higher than listed above are furnished, actuator torque capabilities shall be increased accordingly and to the satisfaction of the Engineers - Architects. 9. DRAWINGS AND DATA. Complete drawings, details, and specifications covering the valves and their appurtenances shall be submitted in accord- ance with the submittals section. Submittal drawings shall clearly indi- cate the origin of all cast gray iron and ductile iron valve components obtained in either finished or unfinished condition from manufacturing facilities outside the United States. Drawings submitted shall include separate wiring diagrams for each electrically operated or controlled valve and the electrical control r- (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 15101 ^" (15388 ) -5- equipment therefor. Each drawing shall be identified with the valve number or name as specified herein. When requested by the Engineers -Architects, certified copies of physical and chemical test results shall be submitted for the materials of construction of valve components manufactured outside the United States. Certified copies of the results of all tests as required by Section 3.8 and Section 5 of ANSI/AWWA C504, together with an affidavit of compliance as indicated in Section 1.7, shall be furnished to the Engineers - Architects before the valves are shipped. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 15101 (15388 ) -6- .., Section 15104 - RESILIENT -SEATED GATE VALVES 1. SCOPE. This section covers resilient -seated AWWA gate valves as indicated in the Gate Valve Schedule included herein. 2. GENERAL. 2.01. Governing Standard. Except as modified or supplemented herein, all resilient -seated gate valves, including operators, shall conform to the applicable requirements of AWWA C509. 2.02. General Equipment Stipulations. The General Equipment Stipulations shall apply to all equipment furnished under this section. 2.03. Shop Coating. All interior and exterior ferrous metal surfaces, except bearing surfaces and stainless steel components, shall be shop coated with a fusion -bonded epoxy coating conforming to AWWA C550. Coating on interior surfaces of each valve shall be holiday tested in accordance -- with Sec. 4 of AWWA C550 and shall be electrically void free. 2.04. Acceptable Manufacturers. Resilient seated gate valves shall be as manufactured by Mueller, M&H, Clowe, or American Darling. No other manufacturers will be acceptable. 3. MATERIALS. 3.01. Bronze Components. All wetted bronze valve components shall be fabricated of low -zinc bronze. All wetted aluminum bronze components shall be heat treated to inhibit dealuminization in accordance with Sec. 2.2 of AWWA C504. 3.02. Gaskets. Gasket material shall be sheet paper or elastomer free from corrosive ingredients. 4. VALVE CONSTRUCTION. 4.01. Flanges. Flanges shall be 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 0.200 inch per foot of flange diameter. 4.02. Stem Seals. Gate valves with rising stems shall be provided with stuffing box stem seals. All valves with nonrising stems and all buried valves shall be provided with 0-ring stem seals. 4.03. Rotation. The direction of rotation of the handwheel or wrench nut to open the valve shall be to the left (counterclockwise). (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 15104 (15388 ) -1- 5. EXTENSION STEMS. Extension stems 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 valve stem. Extension stems shall be connected to the valve stem by means of a Lovejoy "Type D" single universal joint with grease filled protective boot. All stem connections shall be pinned. Extension stems shall be provided for buried valves when the valve operator is 4 feet or more below finished grade. Each extension stem for a buried valve shall extend to within 6 inches of the ground surface, shall be provided with spacers which will center the stem in the valve box, and shall be equipped with a wrench nut. 6. 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 required by the drawings. Not more than one extension will be allowed with each slide type valve box. Valve boxes shall be not less than 5 inches in inside diameter, shall have a minimum thickness. at any point of 3/16 inch, and shall be provided with suitable cast iron bases and covers. Each valve buried to a depth greater than 4 feet shall be provided with a valve box consisting of a cast iron cover and a 6 inch cast iron pipe sec- tion. The cover shall be Clay & Bailey "No. 2193" or Tyler "Series 6890-A". The pipe shaft shall be sized to 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. 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 being plaed in proper position, earth fill shall be placed around each valve box and thoroughly tamped on each side of the box. A concrete pad shall be poured around the box as indicated on the drawings. 7. INSTALLATION. Valves shall be handled and installed in accordance with the recommendations set forth in the Appendix to AWWA C509 and the recommendations of the manufacturer. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 15104 (15388 ) -2- 8. GATE VALVE SCHEDULE. Max Pressure Type of Differential Type of Instal - Size Quantity Service Across Valve Ends Stem Operator lation ^, (inch) (psi) 8 4 Pump 75 F NRS HW Exposed Discharge 10 3 Pump 75 F NRS HW Exposed Discharge 10 2 Pump Suction 20 F NRS HW Exposed 10 2 Surge Relief 75 F NRS HW Exposed 12 5 Pump 75 F NRS HW Exposed Discharge ' 12 1 Pump Suction 20 F NRS HW Exposed 12 2 Pump Suction 20 MJ NRS WN Buried Abbreviations used in the Gate Valve Schedule are as follows: F - Flanged ends Mi - Mechanical joint ends NRS - Nonrising stem "-` WN - Wrench nut HW - Handwheel ^-* 9. DRAWINGS AND DATA. Complete drawings, details, and specifications covering the valves and their appurtenances shall,be submitted in accordance with the submittals section. All valves shall be tested in accordance with Section 6 of AWWA C509. Certified copies of the results of all tests, together with an affidavit of compliance as indicated in Sec. 1.5, shall be furnished to the Engineer before the valves are shipped. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 15104 (15388 ) -3- Section 15130 - PRESSURE GAUGES 1. SCOPE. This section covers two analog dial -type pressure gauges and accessories to be furnished and installed at the locations indicated on the drawings. 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. M �eugZIDff'" 2.01. General Equipment Stipulations. The General Equipment Stipula- tions shall apply to all equipment furnished under this section. 2.02. Governing, Standard. Except as modified or supplemented herein, all gauges shall conform to the requirements of ANSI B40.1. 2.03. Accuracy Grade. Unless otherwise specified, gauge accuracy shall be ANSI Grade A or better. Overall accuracy for diaphragm seal protected gauges shall be ANSI Grade B or better. 3. 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 open 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 inch size with white background and black mark- ings. The units of measurement shall be appropriate for indicating pressures of 0 to 100 psi with an accuracy of 2 percent and shall be indicated on the dial face. 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. 4. GAUGE ACCESSORIES. 4.01. Isolation Valves. Each gauge shall be provided with a threaded end ball -type shutoff valve as specified in the miscellaneous valves section. 4.02. Snubbers. Each pressure gauge shall be provided with a pressure snubber. Each snubber shall be of a size and pressure range compatible with the gauge served. Pressure snubbers shall be Operating and (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) (15388 ) 15130 -1- Maintenance Specialties "Ray Snubbers", Ashcroft "Pulsation Dampers", or Weksler "Piston Type Pressure Snubber". 4.03. Gauge Isolators. A suitable isolator shall be provided for each gauge. Unless otherwise specified, a diaphragm seal shall be provided. Diaphragm seals shall be thread -attached type with removable AISI Type 316 stain- less steel diaphragm, zinc or cadmium plated carbon steel upper housing, and PVC lower housing. The upper housing shall be contoured to fit and provide a seat and seal for the diaphragm and shall be designed to permit removal of the gauge with the system under pressure. The lower housing ..a shall be provided with a tapped and plugged 1/4 inch NPT flushing connec- tion. Each diaphragm seal and the gauge served shall be factory assembled, filled with a suitable fluid, and calibrated as a unit. 5. 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. Direct tapping of 8 inch and larger ductile iron pipe will be permitted, in lieu of a tee or tapping saddle, provided the pipe thickness class equals or exceeds the following: Minimum ANSI/AWWA Thickness Class Connection Size Pipe Size 1 2 Inch 3/4 Inch 8 inch 53 53 10 inch 52 53 12 inch 52 52 14 inch 51 52 16-18 inch 51 51 20 inch and larger 50 50 All gauges, snubbers, and diaphragm seals shall be installed in the vertical upright position. Teflon thread tape or teflon thread sealer, as specified in the miscellaneous piping section, shall be used in the assembly of threaded connections. All connections shall be free from leaks. Lines shall be purged of trapped air at gauge locations prior to instal- lation of the gauge or diaphragm seal. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 15130 -- (15388 ) -2- 6. DRAWINGS AND DATA. Complete drawings or catalog cuts together with detailed specifications and data covering material used shall be submit- ted in accordance with the submittals section. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 15130 (15388 ) -3- Pressure Snubber, if Specified (/yp.) Dioplhragm Sea/, If Specified (lyp.) //2„ IPS Bross Nipple (lyl 112" Ball Valve (lyp.) Reducer Bushings, as Req,d. Welding Filing (typ.) See Note l 2 44 HORIZONTAL RUN No Scale VERTICAL RUN No Scale NOTES.• 1. Welding fitting shall be Bonney Forge "Thredolets'; Porter "W--S Teelets- or Vogt "Weld Couplets- 2. ANSI 816.15, Class 125 bronze threaded fitting. 3. Dimension "L" shall be sufficient to prevent contact between the gauge case, diaphragm seal housing, or valve operating lever and adjacent piping or insulation but shall not exceed 4 inches unless otherwise permitted by the Engineer. GAUGE INSTALLATION DETAILS 838M s VeatC:M STEEL PIPE Enginews • A.cnitects 71GLRE 2-1-5_30 Kansas CaV. Mossoun 2-1/2 inch and larger Pressure Snubber Specified Ozo.f Diaphragm Seal, if Specified (typ.) 112 " l P S Brass Nipp/e 112" Ball Valve Oyp.) See Note / HORIZONTAL RUN lldo Scale VERTICAL RUN No Scale NOTES: 1. A tapping saddle conforming to the requirements of the cast iron pipe section shall be provided in lieu of direct tapping if pipe thickness class does not equal or exceed the minimum required thickness class specified. 2. -ANSI 816.15, Class 125 bronze threaded fitting. 2. Jimension "L" shall be sufficient to prevent contact between the gauge case, ciaQhragm seal housing, or valve operating lever and adjacent piping or insulation ')ut shall not exceed 4 inches unless otherwise permitted by the Engineer. 131mlc s veaccri Engin~s • Architects Kansas Citv. M,ssoun GAUGE INSTALLATION DETAILS DUCTILE IRON PIPE 8 inch and larger FIGURE +-15130 N pl- Section 15140 - PIPE SUPPORTS 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. Types of expansion joint fittings are covered in other sections. 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 Engineers -Architects. 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. 3. MATERIALS. Where applicable, all pipe supports shall comply with ANSI/MSS SP-58 and MSS SP-69. 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. 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. Those portions of pipe supports which contact other dissimilar metals shall be rubber or vinyl coated. Pipe support types and application shall comply with the following: �^ (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 15140 (15388 ) -1- Description or Location Floor Supports, steel or cast iron: 6 inch and smaller pipe 8 inch through 24 inch pipe Pipe Guides Notes: Type MSS SP-69 Other (Note 1) 37 (with base) -- 38 -- Elcen "411B", Fee & Mason "120". 1. MSS SP-69 supports and hangers are illustrated on Fig 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. 4. LOCATION. Unless closer spacing is indicated on the drawings, the maximum spacing for pipe supports and expansion joints shall be: Type of Pipe Cast iron Pipe Support Max Spacing, ft 15 Steel for other services 1-1/4 inch and smaller 7 1-1/2 to 4 inch 10 Over 4 inch 15 Notes: Max Run Without Expansion Joint, Expansion Type of Loop, or Joint Max Expansion Bend, ft Spacing, ft Joints (See Note 1) (See Note 2) 80 80 Mechanical Couplings 30 100 Note 3 30 100 Note 3 80 80 Mechanical Couplings 1. Unless otherwise permitted, an expansion joint shall be pro- vided in each straight run of pipe having an overall length between loops or bends exceeding the maximum run specified herein. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) (15388 ) 15140 -2- 2. Unless otherwise permitted, 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. Rubber hose and flexible tubing shall be provided with continuous angle or channel support. Unless otherwise indicated on the drawings or permitted by the Engineer, piping shall be supported approximately 1-1/2 inches out from the face of walls and at least 3 inches below ceilings. 5. 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. 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 size and type 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. 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 exces- sive bending stresses and opening of mechanical couplings. Anchorage for temperature changes shall be centered between elbows and mechanical joints used as expansion joints. Anchorage for bellows type expansion joints may be located adjacent to the joint. 6. DRAWINGS AND DATA. 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. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 15140 (15388 ) -3- n n !I � — II i U ;1 TOP a#S* SY aTttL CILtTIS Asa attsL "aa aa1L MCI, TVO"ut aILt C_CA.Sm✓ TTat.1 rT►t•1 Trat•1a 7lat.10 T 0 Swat �nttLC/MtiLSMP czvwnw" mot a• T r/t•a r CaaaSa M aL�Sr NIL �K l:� SILT Mt. 8"o Y. 1709.0 rrtS•s t TCCL .Mt CLAMP Saw."WIT4 1111/• T TK-4 same rtat T r It.10 n II rrir+ms PC.moa aMS7OwSa" ►irlpe rTat.w n &"Sam& row am* tt7taa en #PUT aIIL.T aala tTS� r nK "S•• saa ira�N fret raaS TWO SKT Eugmzc & VUtBtL'tt IngmewS - Arch We Kane City. Mimou MCI. tLtTts Ttat.#* O trtarlaLila; T♦Sira U araLaS�a ��, 1iaal J..1 uo s+sn cress fr►t•n 1s t�wtii rt.asa TTK•N $1941. at An Sa SaraasL ILr rr0t-to .I tap'/-aCSa1 44.Sw T1►t.ta uaar mutt arttl case rt►s. 1 4460MWCLOCS a rttL "Sash r tat.a wt S.T •tL"9 "ttL '44:0 rrat-V L W I J ittt .t4 •■ 909 Ifma LAMP a" aKstis=t a � IF U W0.SS STTSCNIaT sTttL ►41KAM tILSMP Tt at_tt ■.tTt an? ►Mt skme a as smwe an 1 wcaltS LASS SSILr TTSt� CLI TfR C jjTt y M ill 11 _.Ji t. CLAMP tTttLtaUAW SMt i&NU VAWWS r rwe. as W tit net TTat.H rmsa tj 0"6"SLs Stan a.ar 1YN061 •.att1C-M /ltts art arasolar $am rm-CS T,at-aS TV".w HANGERS AND SUPPORTS FIGURE 2-15140 (a) p it A" pot Uldu A" 486L&R ...tea TVK-w rw fwKi TfK-M u *"q ` 1 •'^ t1l.1.t IN �I11` rrm /w[ mad � aK► �i ,• ��1��way�/�� �y am 4a saw TM-N . m- ft �v ralRff" go" Af aaa a A.M Tlf;.M T1ft-M %M10" wam aufs w Mr Y04f fff{Nf f�M M *A�A $aM. aimwf amaa • r"q-N Rim W @9vw A I� elMM=k & \Anatrn &VkwWs - Architects Kansas City. Missouri UO +raa MGM sioInwm n�rap Toopen �-" HANGERS AND SUPPORTS FIGURE 2- 15140 (b) Section 15400 - PLUMBING 1. SCOPE. This section covers furnishing and installation of materials, devices, appliances, fixtures, equipment, and appurtenances required for complete plumbing systems as specified herein and as indicated on the drawings. Principal items of work to be performed, and materials, equipment, devices, and appliances to be furnished and installed hereunder, include floor drains, cleanouts, bell -ups, drainage piping, and sump discharge piping. Valves and miscellaneous piping materials are covered in the miscellaneous valves and miscellaneous piping sections, respectively. 2. CODES AND ORDINANCES. Plumbing work shall be performed in accordance with all applicable codes and ordinances which pertain to such work. In case of conflict between these specifications and any applicable code or ordinance, the latter shall govern. In the absence of an applicable plumbing code or ordinance, plumbing work shall conform to the provisions of the Uniform Plumbing Code. 3. PIPING SYSTEMS. 3.01. Drainage Pining. Drainage piping shall be installed where required and shall, in general, conform to the locations indicated on the drawings. Horizontal soil and waste pipes shall have a grade of 1/4 inch per foot wherever possible, but in no case shall the slope toward the drainage outlet be less than 1/8 inch per foot. Where cleanouts are required in finished floors or in partition walls, a nickel -bronze access cover and frame with securing screw shall be installed over the cleanout plug. Drainage piping which is required to be buried beneath floors or under- ground shall be cast iron soil pipe as indicated on the drawings and as specified in other sections. All drainage piping buried beneath floors shall be encased in concrete at least 6 inches thick. Unless otherwise required by the applicable code, cast iron soil pipe shall be service weight, hubless type. Rubber-gasketed joints may be used if permitted by the applicable code. , Bell -ups shall be installed with the top rim flush with the floor surface. Packing box drainage from each pump shall be piped directly from the tapped outlet in the bearing support bracket to a bell -up. A gauge cock shall be installed in each gauge and vent connection of each PUMP- (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 15400 (15388 ) -1- r- 4. FLOOR DRAINS. Floor drains shall be as manufactured by Josam, Smith, Wade, or Zurn. For ease of identification, the drawings indicate products manufactured by Josam. Floor drains shall be of the types and sizes indicated on the drawings. Floor drains shall be carefully adjusted to the correct elevation for proper drainage. 5. CLEANING AND ADJUSTING. Immediately prior to the final inspection of the work, all parts of the installation shall be thoroughly cleaned. All pipe, drains, valves, and fittings shall be cleaned. All drains shall be checked for proper operation. 6. DRAWINGS AND DATA. Complete specifications, data, and drawings covering all materials, fixtures, and equipment shall be submitted in accordance with the submittals section. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 15400 (15388 ) -2- Section 15500 - HEATING AND VENTILATING 1. SCOPE. This section covers the heating and ventilating systems, including all equipment, controls, devices, accessories, and appurtenances necessary for complete, properly operating systems. 2. GENERAL. Equipment furnished and installed under this section shall be fabricated, assembled, erected, and placed in proper operating condi- tion in full conformity with the drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer unless exceptions are noted by the Engineers -Architects. Equipment furnished under this section shall be the standard product of the manufacturer. Where two or more units of the same class of equipment are required, they shall be the product of a single manufacturer; how- ever, all the component parts of the system need not be the products of one manufacturer. 2.01. General Equipment Stipulations. The General Equipment Stipula- tions shall apply to all equipment furnished under this section. 2.02. Metal Thickness. Metal thicknesses and gages specified herein are minimum requirements. Gages refer to US Standard gage. 2.03. Equipment Nameplates. Each major component of equipment shall have the manufacturer's name, address, and catalog number on a nameplate securely affixed in a conspicuous place. The nameplate of a distributing agent only will not be acceptable. 2.04. Shop Painting. Unless otherwise specified, all ferrous sheet metal surfaces other than ductwork shall be given a rust -inhibiting treatment consisting of galvanizing or bonderizing followed by a rust - inhibitive primer and finish paint. Surface finish damaged during installation shall be repaired to the satisfaction of the Engineer. 3. HEATERS. Heaters of the types, sizes, and capacities specified herein shall be furnished and installed where indicated on the drawings . All heaters shall be complete with controls and accessories as required for satisfactory operation. All electric heaters shall be UL listed. 3.01. Electric Unit Heaters. Electric unit heaters, denoted by the symbol "EUH" and an identifying number, shall include fan and motor assembly, built-in contactor, and a control transformer for 120 volt control, and shall be suitable for use with 480 volt, 3 phase, 60 Hz electrical service. Heater elements shall be steel plate, fin type with elements brazed to common fins for maximum strength and heat transfer. Each unit heater fan motor shall be provided with automatic reset thermal overload protection. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 15500 (15388 ) -1- ma Each unit heater shall have a capacity of 17,100 Btuh and shall be provided with a wall mounting bracket. Electric unit heaters shall be Chromalox "LUH-05-43" or Brasch. 4. FANS. Fans of the types, sizes, and capacities specified shall be furnished and installed where indicated on the drawings. Each fan shall be complete with electric drive motor, drive, and accessories as required for satisfactory operation. Where belt- driven fans are furnished, each fan shall be complete with V-belt drive designed for 50 percent overload ^' capacity, adjustable sheaves, adjustable base or rails for belt tightening, and a belt guard. Fans shall be rated in accordance with AMCA standards, or shall bear the AMCA Certified Rating Label, and shall be UL listed. Fan drive motors and controls shall conform to the requirements of the Electric Motors and Motor Controls paragraph. Motor horsepowers in the Fan Schedule are minimum motor horsepowers. Larger motors shall be provided if required to meet the specified requirements. Fan curves shall be furnished with the fan submittals. Fan noise level tests and ratings shall be made and published in accord- ance with AMCA Standards 300 and 301. Fan sound ratings and sound test verifications shall be furnished with each fan submittal. 4.01. Propeller Fans. Propeller fans, denoted by the symbol "PF" and an identifying number, shall include panel frame, wire guard, motor, and fan blades as indicated on the drawings. The propeller fans shall have steel .• blades, shall be statically and dynamically balanced to ensure quiet, vibration -free operation, and shall be suitable for mounting as indicated. Fan motors shall be open, dripproof, with permanently lubricated, double -sealed ball bearings, shall be a minimum of 2 hp, and shall be suitable for use with 480 volt, 3 phase, both electrical service. The fans shall have capacities of 13,000 cfm @ 0.25" S.P. Propeller fans shall be Penn Ventilator "Breezeway Type BF48", Loren Cook, or Ilg. 4.02. Ceiling Fans. Heavy duty industrial ceiling fans, denoted by the symbol "CF" and an identifying number, shall include downrods, motor, and fan blades as indicated on the drawings. The ceiling fans shall have steel blades balanced for wobble -free performance and shall be suitable for mounting as indicated on the drawings. Fan motors shall be open, dripproof, with permanently lubricated ball bearings, and shall be suitable for use with 120 volt, single phase, 60 Hz electrical service. The fans shall have capacities of 27,500 cfm past a plane 20 feet from the fan. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 15500 �. (15388 ) -2- An infinite motor speed controller shall be furnished and installed for each fan. The controller shall be RFI with solid copper wire coil. Ceiling fans shall be Leading Edge, Inc., Model "Hi Teck 56" with Model 812003" speed controller, Dayton or equal. 5. BACKDRAFT DAMPERS. Heavy duty backdraft dampers, denoted by the symbol "BDD", shall be furnished and installed where indicated on the drawings. Dampers shall be constructed with a 2-1/4 inch by 7/8 inch by 1/8 inch extruded aluminum frame. Blades shall be .070 inch aluminum with vinyl seals on blade edges and glass fiber reinforced nylon shafts and bearings. Individual blades shall be accurately balanced. All backdraft dampers shall be sized to suit fan box dimensions and shall be Ruskin "Type BD6". 6. DAMPER OPERATORS. The damper operators shall be complete with necessary linkage and mounting brackets, and shall be installed on operable louvers supplied by pre-engineered building manufacturer as indicated on the drawings. A maximum of 25 square feet of control damper shall be controlled by one damper operator. The operators shall have sufficient torque required to operate the damper. 6.01. Electric Damper Operators. The electric damper operators shall be two -position type. 6.01.01. Two -Position Electric Damper Operators. Two -position electric damper operators shall be housed in a die-cast aluminum case with mount- ing flange. Motor and gear train components shall be immersed in oil. Damper operators shall have a 3/8 inch square double -ended drive shaft. Damper operators shall be two -position type with spring return and shall have one internal spdt auxiliary switch rated 5 amperes at 120 volts ac. Damper operators shall be suitable for operation on a 120 volt, 60 Hz, single phase power supply. Where auxiliary transformers are required, the transformer shall be factory wired to the damper operator and installed in a NEMA Type 1 rated enclosure fastened to the motor housing. Two -position electric damper operators shall be Honeywell "Model M445A" or Johnson Controls "Model M100". 7. 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. 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 coordi- nated with other phases of the work to establish space and clearance requirements. All ductwork, accessories, bracing, and supports shall be (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 15500 (15388 ) -3- 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. Sheet metal fan boxes shall be fabricated with 12 gage galvanized sheet metal skin and structural steel framing which shall properly support the fan box and the weight of the fan where the fan is mounted on the box. Structural steel framing shall be coated with a rust -inhibitive paint. ^ All welds on galvanized metal shall be cleaned and coated with a zinc - rich paint. The location and size of fan boxes shall be as indicated on the drawings or sized to suit fan furnished. Drawings of the fan boxes shall be submitted in accordance with the submittals section. 8. TEMPERATURE CONTROLS. The automatic temperature control systems shall be furnished and installed as indicated on the drawings and as specified herein. All temperature controls shall consist of electric equipment as specified and shall be the product of a single manufacturer, unless otherwise indicated. Prior to the performance of any work or installation of any materials, the Contractor shall submit the following data in accordance with the submittals section: Published descriptive data on each item of equipment and acces- sories, indicating all specific characteristics and options and noted with the identification designation used herein and on the drawings. 8.01. Thermostats. Thermostats shall be as specified herein. Wall -mounted thermostats shall be mounted 5'-6" above finished floors. Insulating spacers for thermostats mounted on exterior building walls shall be provided. The spacers shall be installed between the thermostat and its mounting surface so that the thermostat will not be affected by surface temperatures. 8.01.01. Thermostats for Unit Heaters and Propeller Fans. Thermostats for control of unit heaters and propeller fans shall be two -position line voltage. The thermostats shall have an spdt switch rated for one horsepower. The thermostats shall have a range of approximately 35 F to 100 F with a nonadjustable differential of 2 degrees F and shall be Honeywell "T631A Airswitch" or Penn Controls "A19BAC-1". 8.02. Nameplates. 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. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 15500 (15388 ) -4- 9. SEQUENCE OF OPERATION. The sequence of operation for the heating and ventilation control systems shall be as follows: a. PF-1 and PF-2 shall be controlled by electric thermostats T-11 and T-12, respectively. The damper operators for the louvers supplied by the pre-engineered building manufacturer shall be interlocked with PF-1 and PF-2. b. EUH-1, EUE-2, EUH-3, EUH-4, EUH-5, EUH-6, EUH-7, EUH-8, EUH-9, and EUH-10 shall be controlled by electric thermostats T-1, T-2, T-3, T-4, T-5, T-6, T-7, T-8, T-9, and T-10, respectively. C. CF-1, CF-2, and CF-3 shall be controlled by individual on -off switches. When in the "on" position, a motor speed controller shall regulate the fan speed. 10. ELECTRIC MOTORS AND MOTOR CONTROLS. The following requirements apply only to electric motors and motor controls which are not covered in other sections. Motors shall conform to the requirements of the General Equipment Stipulations. One-half horsepower and larger motors shall be energy - efficient type. Motor starters and controls shall be furnished under the electrical section. All electrical controls shall have a case or cabinet at least equivalent to NEMA Type 1 for wiring in conduit. 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. 11. 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. 11.01. Completed Systems. After completion of the heating and ventilating systems, tests shall be conducted to demonstrate that each system is functioning in accordance with specification requirements and to the satisfaction of the Engineer. 11.02. Defective Work. If inspection or tests indicate defects, the defective work or material shall be replaced, and inspection and tests repeated. All repairs to piping shall be made with new materials. Caulking of threaded joints or holes will not be acceptable. 12. CLEANING AND 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, (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 15500 (15388 ) -5- discoloration, or other damage to parts of the building, building finish, or furnishings shall be repaired at no additional cost to the Owner. 13. OPERATION AND MAINTENANCE INSTRUCTIONS. Operation and maintenance instructions shall be provided for heating and ventilating equipment as indicated in the equipment schedule section and the submittals section. 14. MANUFACTURER'S FIELD SERVICES. Manufacturer's field services shall be provided as indicated in the equipment schedule section. 15. DRAWINGS AND DATA. 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 shall include, but shall not necessarily be limited to, the following: a. Temperature controls system. .- b. Equipment. C. Fan curves. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 15500 (15388 ) -6- Section 16050 - ELECTRICAL 1. SCOPE. This section covers the installation of electrical equipment furnished under other sections, except electrical items designated to be installed under those sections; installation of equipment furnished by the Owner; and furnishing and installation of all additional equipment and materials needed for the electrical requirements of this contract. 2. CODES AND PERMITS. All work shall be performed and all materials shall be in accordance with the National Electrical Code, the National Electrical Safety Code, and applicable local regulations and ordinances. Where required by applicable codes, materials and equipment shall be 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. 3. RELATION TO OTHER WORK. Electrical work shall be done to conform with the construction schedule and progress of other trades. Electrical apparatus on all equipment shall be handled, set in place, connected, checked out, serviced, and placed in readiness for proper operation. 4. POWER SERVICE ENTRANCE. The Contractor shall familiarize himself with the service installation requirements of the local electric utility, and shall furnish and install the service equipment in complete accordance therewith. The local electric utility will be responsible for primary conduits, cables, and metering. The Contractor shall furnish and install all conduit and cable to the utility transformer secondary. Cables shall be of sufficient length to allow termination by the utility. The Contractor shall install the transformer pad. The local electric utility is Lubbock Power and Light. Contact Mr. Chris Ward at (806) 763-9381. The Contractor shall coordinate details and timing of service entrance installations with the utilities. 5. GENERAL PROCEDURE. The following procedures shall be used in per- forming electrical work except as otherwise specified or indicated on the drawings. 5.01. Care of Equipment. During construction, 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 maintained continuously. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) (15388 ) 16050 -1- 5.02. 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 not less than 1/4 inch by corrosion - resistant spacers. 0- 5.03. Sealing of Equipment. All outdoor substation, switchgear, motor control center, and similar equipment shall be permanently sealed at the base, and all openings into equipment shall be screened or sealed as required to prevent the entrance of rodents and insects the size of wasps and mud daubers. Sealing material at the base shall be concrete grout. Small cracks and openings shall be sealed from inside with silicone sealant, Dow -Corning "795" or General Electric "SCS1200". 5.04. Installation of 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 concealed. Large conduit and conduit stubs may be exposed unless otherwise specified or indicated on the drawings. No conduit shall be exposed in water chambers unless so indicated on the drawings. Unless otherwise indicated on the drawings, the Contractor shall be responsible for determining conduit routing that conforms to the installation requirements set forth herein. Conduit installation shall conform to the following requirements: a. Intermediate metal conduit shall be installed in concrete, in masonry walls, and for exposed indoor applications. b. PVC -coated rigid steel conduit shall be installed in all exposed outdoor locations. C. Liquidtight flexible metal conduit shall be installed for final connections to dry type transformers, motors without flexible cords, and other equipment with rotating or moving parts. d. Liquidtight flexible metal conduit shall be installed with watertight connectors and in minimum lengths without sharp bends. e. Terminations and connections of intermediate metal conduit shall be taper threaded. Conduits shall be reamed, free of burrs, and terminated with conduit bushings. f. Exposed conduit shall be installed either parallel or perpendi- cular to structural members and surfaces. g. Two or more conduits in the same general routing shall be parallel with symmetrical bends. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) (15388 } 16050 -2- h. Conduits shall be at least 6 inches from high temperature piping, ducts, and flues. i. Conduit shall be rigidly supported by galvanized hardware and framing materials, including nuts and bolts. j. Conduit connections to sheet metal enclosures shall be securely fastened by locknuts inside and outside. k. Conduits shall be installed between the reinforcing steel in walls or slabs which have reinforcement in both faces. In slabs which have only a single layer of reinforcing steel, conduits shall be placed under the reinforcement. 1. Conduit across structural joints where structural movement is allowed shall have an 0-Z "Type DX" or Crouse -Hinds "Type XD" bonded, weathertight expansion and deflection fitting of that conduit size. M. Conduit shall be clear of structural openings and indicated future openings. n. Conduits through roofs or metal walls shall be flashed and sealed watertight. o. Conduit shall be neatly grouted into any openings cut into concrete and masonry structures. p. Conduits shall be capped during construction to prevent entrance of dirt, trash, and water. q. Exposed conduit stubs for future use shall be terminated with galvanized pipe caps. r. Where the drawings indicate future duplication of equipment wired hereunder, concealed portions of conduits for future equipment shall be provided. S. Conduit installed horizontally shall allow headroom of at least 7 feet except where it may be installed along structures, piping, equipment, or in other areas where headroom cannot be maintained because of other considerations. t. Unless otherwise indicated on the drawings, no conduit shall be smaller than 3/4 inch. U. PVC -coated rigid steel conduit shall be threaded and installed as recommended by the conduit manufacturer. Threading tools used for steel conduit shall not be used to thread PVC -coated rigid steel conduit. (LUBBOCK, TEXAS } (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 16050 (15388 ) -3- 5.05. Installation of Underground Conduit. All excavation, backfilling, and concrete work shall conform to respective sections of these specifi- cations. Underground conduit shall conform to the following require- ments: a.' All underground conduits not indicated as otherwise on the drawings shall be concrete encased. All concrete encasement shall be reinforced. No underground conduit shall be smaller than one inch. b. Underground portions of conduit for power and control cables shall be rigid polyvinyl chloride. Conduits shall have end bells where terminated at walls or adapters for steel conduit continuations where required. All PVC conduit joints shall be solvent welded in accordance with the recommendations of the manufacturer. C. Concrete encased conduit shall have minimum concrete thick- nesses of 2 inches between conduits, 1 inch between conduit and reinforcing, and 3 inches over reinforcing. d. Underground conduits indicated not to be concrete encased shall be PVC -coated rigid steel conduit. e. Underground conduit bend radius shall be not less than 2 feet at vertical risers nor less than 3 feet elsewhere. f. Underground conduits and conduit banks shall have 2 feet minimum earth cover except where indicated otherwise. g. 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 covered in the cast -in - place concrete section. h. 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. 5.06. Sealing of Conduits. After cable has been installed and con- nected, conduit ends shall be sealed by nonhardening sealing compound forced into conduits to a minimum depth equal to the conduit diameter. This shall apply for all conduits at building entrance junction boxes, and for one inch and larger conduit connections to equipment. 5.07. Installation of Cable. Care shall be taken to protect the cable and avoid kinking of conductors, cutting or puncturing the jacket, contamination by oil or grease, or damaging in any manner. Cable instal- lation shall conform with the following requirements: •-- (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) (15388 ) 16050 -4- a. Stranded conductor cable shall be terminated by lugs, cup washers, or pressure type connectors. Stranded cables shall not be wrapped around screw type terminals. b. Stranded conductor cable shall be spliced by solder or crimp type connectors. Twist -on wire connectors shall not be used on stranded cable. C. Cables may be spliced 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. e. Cable shall not be pulled tight against bushings nor pressed heavily against enclosures. f. Cable -pulling lubricants shall be as recommended by the cable manufacturer for that particular type cable. g. Spare cable ends shall be taped and coiled. h. Cables shall not be bent to a radius less than the manufac- turer's recommended minimum bending radius. i. All cables in one conduit over one foot long or with any bends, shall be pulled in or out simultaneously. 5.08. Installation of Grounding Materials. Electrical system grounding and equipment grounding shall be installed in compliance with the National Electrical Code and shall conform with the following applicable requirements: a. All ground conductors shall be bare or green insulated in accordance with the National Electrical Code, soft drawn copper cable or bar, not smaller than 12 AWG. b. Ground cable splices and joints which will be inaccessible upon completion of construction shall meet the requirements of IEEE Standard 837, and shall be Cadweld "Exothermic" or Burndy "Hyground" type. C. Ground cable through building exterior walls shall enter within 3 feet below finish grade and shall be prepared with a water stop. Unless otherwise indicated, the water stop shall include filling the space between the strands with solder and soldering a 12 inch copper disc over the cable. d. Ground cable near the base of a structure shall be in earth and as far from the structure as the excavation permits but not closer than 6 inches. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 16050 (15388 ) -5- e. Lighting fixtures and convenience outlets shall be grounded through the conduit system. f. Convenience outlet receptacles shall be grounded by a bare copper conductor in addition to the conduit connection. g. Ground connections to equipment and ground buses shall be by copper ground lugs or clamps. Connections to enclosures not provided with ground buses or ground terminals shall be by clamp type lugs added under permanent assembly bolts or under new bolts drilled and added through enclosures other than explosionproof, or by grounding locknuts or bushings. Ground cable connections to anchor bolts; against gaskets, paint, or varnish; or on bolts holding removable access covers will not be permitted. h. The grounding system shall be bonded to station piping by con- nection to the first flange inside the building on either a -- suction or discharge pipe which will form a good ground connec- tion. The connection shall be made with a copper bar or strap by drilling and tapping the flange and providing a bolted connection. i. Ground conductors on equipment shall be formed to the contour of the equipment and firmly supported. j. All ground connection hardware, bolts, and nuts shall be high strength, high conductivity copper alloy. k. Ground rods not described elsewhere shall be 5/8 inch diameter by 8 feet long, with a copper jacket bonded to a steel core. 1. Ground cables with encased underground conduit banks shall be in earth at least 3 inches below one corner of the concrete. 6. OUTLETS AND FITTINGS. Concealed conduit systems shall have flush - mounted switch and convenience outlets. Exposed conduit systems shall have surface -mounted switch and convenience outlets. 6.01. Conduit Boxes and Fittings. a. Boxes and fittings in exposed conduit systems shall be galva- nized or cadmium plated, threaded, malleable iron, Appleton. b. Boxes and fittings in conduit systems encased in concrete, in exterior faces of walls, in water- or earth -bearing walls, and where weatherproof devices are required shall be galvanized or cadmium plated, threaded, malleable iron, Appleton. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 16050 (15388 ) -6- C. Boxes in concealed conduit systems, other than in cast -in -place concrete and exterior faces of walls or where weatherproof devices are required, shall be galvanized or cadmium plated steel. d. Hub arrangements on threaded fittings shall be the most appro- priate for the conduit arrangement required in each case to avoid unnecessary conduit bends and fittings. 6.02. 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 plates on flush -mounted outlet boxes where weatherproof plates are not required shall be Type 302 stainless steel. C. Device plate mounting hardware shall be countersunk and finished to match the plate. d. Device plates for switches outdoors or indicated as weather- proof shall have provisions for padlocking switches "On" and "Off", and shall be Appleton "FSK-1VS" or Crouse -Hinds "DS 185". e. Device plates for receptacles outdoors or indicated as weather- proof shall be Appleton "FSK-WRD" or Crouse -Hinds "WLRD". 6.03. Wall Switches. a. Switches on ac lighting panel load circuits through 240 volts shall be 20 amperes, 1201277 volts, Hubbell "1221" through "1224". b. Wall switches shall be mounted 3'-6" above floor or grade. 6.04. Receptacles. a. Standard convenience outlets shall be duplex, 3 wire, ground- ing, 20 amperes, 125 volts, Hubbell "5362" for 120 volt circuits, and 250 volts, Hubbell "5462" for 240 volt circuits. b. Convenience outlets shall be 18 inches above the floor unless otherwise required. C. Convenience outlets outdoors and in rooms where equipment may be hosed down shall be 4'-0" above floor or grade. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 16050 (15388 ) -7- GM 6.05. Special Outlets. a. Wall thermostats shall be 5'-6" above the floor unless other- wise required. Thermostats on exterior walls shall be suitably insulated from wall temperature. 7. JUNCTION BOXES AND WIRING GUTTERS. Indoor boxes (larger than switch, receptacle, or fixture type) and gutters shall be constructed of sheet steel and 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. S. LIGHTING FIXTURES. Lighting fixtures shall be furnished and installed as described in the fixture schedule and indicated on the drawings. The drawings indicate the general location and arrangement of �^ fixtures desired. Fixtures in rows shall be aligned both vertically and horizontally unless otherwise required. Fixtures shall be clear of pipes, mechanical equipment, structural openings, indicated future equipment and structural openings, and other obstructions. Lighting fixtures shall be furnished complete with lamps. Pendant fixtures shall have swivel type box covers and threaded conduit pendants unless otherwise specified. 9. CONDUIT. All conduit furnished shall be as described herein. 9.01. Intermediate Metal Conduit (IMC). IMC shall be hot -dip galvanized and shall conform to Fed Spec WW-C-581. IMC shall be manufactured in accordance with UL1242. 9.02. Liouidtight Flexible Metal Conduit. Liquidtight flexible metal conduit shall be hot -dip galvanized steel, covered with moistureproof and flame -resistant polyvinyl chloride jacket. 9.03. Rigid Polyvinyl Chloride (PVC) Conduit. PVC conduit shall be heavy wall, Schedule 40 conduit, and UL labeled for aboveground and underground uses. The PVC conduit shall conform to Fed Spec W-C-1094, NEMA TC-2, and UL-651 standards. 9.04. 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 an epoxy -acrylic primer to ensure a bond between the steel substrate and the coating. A two-part red urethane chemically cured coating shall be applied to the interior of all conduit and fittings. The internal coating shall be applied at a nominal 2 mil thickness. The urethane internal coating shall afford sufficient flexibility so as to permit field bending without cracking or flaking of the interior coating. �.- (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 } 16050 .� (15388 ) -8- The PVC coating shall be bonded to the primed outer surface of the conduit. The bond on conduit and fittings shall be greater than the tensile strength of the PVC coating. The thickness of the PVC coating shall be a minimum of 40 mils. Every female opening shall have a PVC sleeve extending one conduit diameter or 2 inches beyond the opening, whichever is less. 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 same red interior urethane coating as described above. The screw heads on condu- lets shall be encapsulated with a corrosion -resistant material by the manufacturer. Couplings shall have longitudinal ribs 40 mils in thick- ness to protect them from wrenches or pliers. All damaged coatings shall be repaired according to the manufacturer's instructions. PVC -coated rigid steel conduit shall be as manufactured by Robroy Industries. 10. CABLE. The cable furnished shall conform to the Cable Data sheets bound at the end of this section and as described herein. 10.01. Cable Manufacturers. The cable furnished shall be produced by one or more of the manufacturers indicated in the following table. 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 manufacturer of the indicated cable. Multi- 600 V 600 V Cond. Power Ltg Control Cable Cable Cable American Insulated Wire Corp. X X X BIW Cable System, Inc. X X Brand -Rex Company X Cablec Corp. (Anaconda and Phelps -Dodge Cable only) X X Ericsson Continental Wire & Cable Corp. X (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 16050 (15388 ) -9- Multi- 600 V 600 V Cond. Power Ltg Control Cable Cable Cable Hi -Tech Corp. X X The Okonite Co. X X Paranite (Essex) X X Pirelli Cable Corp. X Rockbestos Co. X X X Rome Cable Corp. X X X Triangle PWC, Inc. X X X 10.02. Lighting Cable. Lighting cable shall be provided only in light- ing and receptacle circuits operating at 277 volts and below. Lighting and receptacle circuits for underground use and cable 8 AWG or larger shall be as specified for 600 volt power cable. 10.03. 600 Volt Power Cable. Cables in power, control, indication, and alarm circuits operating at 600 volts or less, except where lighting, multiconductor control, and instrument cables are permitted or required, shall be 600 volt power cable. _ 10.04. Multiconductor Control Cable. Multiconductor control cable shall be used where indicated on the drawings. 11. LIGHTING PANELS. Unless otherwise specified, each lighting panel shall be dead -front, circuit breaker, 1201240 volt, single phase panel - board type in accordance with the drawings and the following. ,- 11.01. Cabinet. The panel shall have a surface NEMA Type 1 enclosure. The enclosure shall have a door with latch and lock. A directory inside the door shall have the panel and all circuit identities neatly typewritten at completion of the contract. A ground stud bolt shall be provided through the cabinet with a removable 1/0 AWG bond to the panel ground bus and an external clamp connector for a station ground cable. 11.02. 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 (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 16050 (15388 ) -10- for 10 percent (minimum of 2) of the breakers and applied to the circuits directed. Breakers and provisions for future breakers shall be provided in the quantities, poles, and ampere ratings indicated on the drawings. Breakers shall be single pole, 20 amperes except as indicated otherwise. 11.03. 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. 12. SEPARATELY ENCLOSED MOTOR STARTERS. Separately enclosed motor starters, unless otherwise specified, shall be full voltage, non - reversing, circuit breaker combination magnetic motor starters sized as indicated on the drawings. The starters shall consist of single or 3 phase, 60 Hz contactors with thermal overloads, 120 volt ac coil, dry type control power transformer where required, and a magnetic motor circuit protector disconnect in a NEMA Type 1 enclosure indoors or NEMA Type 4 stainless steel enclosure outdoors, unless otherwise noted. Control power transformers shall be sized to handle all simultaneous loads. Each starter shall include auxiliary contacts as required plus one spare NO and one spare NC contact. Magnetic motor circuit protectors shall be single or 3 phase, 600 volt, molded -case circuit breakers with instantaneous trip elements. The breakers shall be manually operated with quick -make, quick -break, trip - free toggle mechanism. One thermal overload relay shall be provided in each phase lead. Each starter shall be provided with an external manual reset push button for reset of the thermal overload relays. An external manual breaker operating handle with provisions for up to three padlocks shall be provided on each starter. The access door shall be interlocked with the motor circuit protector so the door cannot be opened while the breaker is closed, except by an interlock override. The complete starter shall have an interrupting rating of at least 42,000 amperes at 480 volts. The Contractor shall match control power transformers, overloads, heaters, and sizes of starters to the equipment furnished, which may differ from expected values as indicated on the drawings. Control power transformers shall have both primary leads fused, one secondary lead fused, and one secondary lead grounded. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 16050 (15388 ) -11- All push buttons, selector switches, and lights indicated on the sche- matics to be provided on or in the starter enclosure shall be heavy-duty, oiltight. Push buttons shall be provided with protective caps when starters are located outdoors. Motor starters shall have engraved or etched legends ("Start", "Stop", etc.) as described on the drawings. Motor starters shall have nameplates identifying related equipment, and unit numbers where applicable. Name- plates shall be laminated black -over -white plastic with 1/8 inch engraved ,�. letters and shall be securely fastened to the motor starter. 13. SEPARATELY ENCLOSED MANUAL STARTERS. Separately enclosed manual starters not specified otherwise shall be provided hereunder. Manual starters shall be provided with thermal overload protection properly sized for the motors served and with a contact and overload in each phase lead. . Manual starters shall be mounted in NEMA Type 1 enclosures unless otherwise noted. Manual starters shall have engraved or etched legends as described on the drawings. Manual starters shall have nameplates identifying related equipment, and unit numbers where applicable. Nameplates shall be laminated black -over -white plastic with 1/8 inch engraved letters and shall be securely fastened to the manual starter. 14. 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 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 shall have engraved or etched legends ("Start", "Stop", etc.) as described on the drawings. Control stations shall- have name- plates identifying related equipment, and unit numbers where applicable. Nameplates shall be laminated black -over -white plastic with 1/8 inch engraved letters and shall be securely fastened to the control station. 15. LIGHTING AND AUXILIARY POWER TRANSFORMERS. Separately mounted transformers shall be provided in the phases, WA, and voltages indicated on the drawings. Transformers shall be self -air-cooled, dry type, wall - or floor -mounted, and enclosed for wiring in conduit. Transformers installed outdoors shall be weatherproof. Transformers shall have at least two full capacity voltage taps. 16. POWER FACTOR CORRECTION CAPACITORS. Power factor correction capa- citors shall be provided as indicated on the drawings. Power factor correction capacitors shall be completely factory assembled in indoor rated enclosures. Power factor correction capacitors shall be wired in a (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 16050 (15388 ) -12- three phase delta connected configuration. Each unit shall be provided with termination provisions within the enclosure and an internal ground lug. Power factor correction capacitor shall be coordinated with its respec- tive motor to obtain a power factor of 95 to 96 percent. Power factor correction capacitors shall be rated 480 volt, 3 phase. 16.01. Overcurrent Protection. Overcurrent protection shall be provided in each phase of the capacitor in accordance with the latest edition of the NEC. 16.02. Capacitor Cell. Individual capacitor cells shall be of the self - healing metallized -film type filled with a dry nonflammable filler material; oil -filled capacitors will not be acceptable. The capacitor shall withstand 135 percent of rated current continuously, 110 percent of rated voltage continuously, and an ambient temperature range of -40C to +40C. Losses shall be less than 0.5 watts per kvar. The enclosure shall be filled with a dry, non -toxic, nonflammable insulating material. 16.03. Discharge Resistor. Discharge resistors shall be provided to reduce the residual voltage to 50 volts or less within one minute after the capacitor has been removed from line voltage. Resistors shall be mounted external to the capacitor cells within the enclosure to mini- mize the dielectric operating temperature. 17. PRESSURE SWITCHES. Pressure switches shall be field adjustable and shall have a trippoint repeatability of better than 1 percent of actual pressure. Contact rating shall be 10 amperes at 120 volts ac. Switches shall have overrange protection to maximum process line pressure. Switches shall have weatherproof housings. Switches shall be as manufactured by Static-O-Ring Company, Mercoid Contol, Barksdale, or equal. Seals shall be provided on all pressure switches. Seals shall be pipe mounted, continuous duty, silicon oil -filled, with cleanout provisions, one inch NPT process connection, and 316 stainless steel, teflon coated diaphragm. Seals shall be shipped preassembled with the associated pressure switches. 18. WEIGHTED FLOAT TYPE LEVEL SWITCHES. Each level switch shall consist of a single -pole, double -throw mercury switch, rated not less than 3 amperes ac, sealed and housed in a chemical -resistant polypropylene casing. The switch assembly shall be weighted and suspended on its own cable. The flexible support cable shall be waterproof 3-conductor synthetic covered cable with No. 19 AWG conductors, and shall be of sufficient length so that no splice or junction box is required in the wetwell. Switches shall be suitable for operation up to 250 volts with an ambient temperature range of 0 C to 60 C. Switches shall be suitable for use in a sanitary wastewater wetwell environment. Adjustable (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 16050 (15388 ) -13- P The submittal shall indicate the manufacturer and cable type and shall contain sufficient data to indicate 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 have a legible and �. complete surface printing of the cable identification. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 16050 (15388 ) -15- mounting hardware shall be provided for supporting each level switch. Switches shall be Flygt "Type ENH-10" or equal. 19. NAMEPLATES. The Contractor shall furnish nameplates for all controllers, push-button stations, panelboards, terminal cabinets, switchgears, and contactors. Nameplate material shall be No. 7025 phenolic plastic, black surface, white core, 1/16 inch thick, matte finish, and shall be permanently attached with stainless steel hardware. Lettering shall be all block, capital letters, machine engraved through the black surface of the plastic to expose the white core. Engraved lettering shall be minimum 3/16 inch high and shall be titled as indi- cated herein or on the drawings. 20. ALTERNATORS. Automatic electric alternators shall be provided as indicated on the drawings and specified herein. Automatic electric alternators shall automatically alternate the operation of the pumps controlled by the alternators. Automatic alternators shall provide the control schemes indicated on the drawings. 21. DRAWINGS AND DATA. 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 showing more than the particular item under consideration shall have crossed out all but the pertinent description of the item for which review is requested. 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 90 days after the Notice to Proceed, the Contractor shall furnish a submittal indicating all types of cable and conduit to be provided. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) (15388 ) 16050 -14- 0 0 Cj L a 0 u, 0 i r. :.7 STANDARD SPECIFICATIONS REFERENCE: UL 83 CaNMUTM: Solid, uncoated copper. Maxim ► operating temperature 90 C dry, 75 C wet. DGR ATICN: Polyvinyl Chloride, UL 83, Type UiHN and 1 WN. SFD: Norse. JACKET: Conductor: Nylon, 4 mils minimum thickness, UL 83. FACTORY TESTS: Cable shall meet the requirements of UL 83 for 'Type TW and THWN. CABLE DETAILS NO. *CUVI IM IlV5fJIATTCN 0. D. SIZE OF Tniao ESS MAX. (Ai.) STRADDS (IN=) (U\UM) 12 1 or 7 .015 .17 10 1 or 7 X20 .20 *'ripe average thickness shall be not less than that indicated above. The mtmin n thickness small 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. Marking shall include manufacturer's name, THWN or THM, conductor size, and 60OV. 600 VOLT SIl= CCNDbCIbR LlGff= CABLE 600-1-PVC-THEi3-IiiWN Enge " sC sa.c► ot.cts ' CABLE DATA FIGURE 1-16050 00 00 Ln y •r•l d STANDARD SPECIFICATIONS ice: ICU S- 66-524 (NEM WC 7) . CUDX7CR: Concentric -lay, uncoated copper; strand class H. Normal maximm operating tenperature 90 C. INSLUTICN: Cross -linked thermosetting polyethylene, ICEA S-66-524, Paragraph 3.6. SHIELD: Nate. JAQCET: Nate. FACTORY TESTS: Cable snail meet the requirements of ICEA S-66-524. CABLE DETAILS *CU4X) ZCR DEU=CN O.D. SIZE NO. OF THICK4ESS MAX. (ASt� OR MCM) SMANDS (EAM) (UXHES) 14 7 .030 .17 12 7 .030 .19 10 7 .030 .21 8 7 .045 .27 6 7 .045 .31 4 7 .045 .36 2 7 .045 .42 1 19 .055 .48 1/0 19: .055 .52 2/0 19 .055 .57 4/0 19 .055 .68 250 37 .065 .75 350 37 .065 .85 500 37 .065 .98 750 61 .080 1.22 1000 61 .080 1.37 *The average thiclamess shall be not less than that indicated above. The minimm thickness shall be not less than 90 percent of the value indicated above. A durable marking shall be provided an the surface of the cable at intervals not exceeding 24 inches. Marking shall include mwwfacturer's name, W, XHV, conductor size, and voltage class. EnginNrs • Areniaets CAM DATA FIGURE 2-16050 00 00 w. v, �o d m v STANDARD SPECIFICATIONS RE7MEE: UL 83, UL 1277, ICEA S-61-402 (NF% WC 5). C2VUC1M: 12 AVG, 7 or 19 strands, concentric -lay, uncoated copper. Maxi nn operating teVerature 90 C dry, 75 C wet. IlSAATICN: Polyvinyl chloride, not less than 15 mils average thick -mess (13 mils emin n thickness), UL 83, 'Type UM and T1M. SFIIESD: None. JACKET: Caductor: Nylon, 4 mils adniintm thickness, UL 83. Cable assembly: Black flame retardant polyvinyl chloride, UL 1277, applied over tape wrapped cable core. CCr XMR IIIIMnCATICN: ICFA S-61-402 Appendix K, Method 1, Table K-2 or ICFA S-61-402 Appendix K, Method 3. White or green conductors shall not be provided. FACICRY TMS: Insulated conductors shall meet the require w is of UL 83 for Type TH N-TW. Assembly jacket shall meet the requirements of UL 1277. Cable shall meet the flame test requirements of UL 1277 for Type TC power and control tray cable• CABLE DETAILS T NifffiZ JACKET O.D. OF TSIC20E SS MAX. CXNiIX.'M (Rims) (Ran) 2 .045 .46 , 3 .045 .49 4 .045 .56 5 .045 .60 7 .045 .66 9 .045 .77 12 .060 .91 19 .060 1.05 24 .060 1.22 30 .080 1.29 37 .080 1.40 *The avesagpe thidams shall be not less than that indicated above. The cdninn thickness shall be not less then 80 percent of the values indicated above. A durable mrkirg shall be provided on the surface of the cable at intervals mt emmeding 24 inches. Meriting shall include manufacturer's name, Type TC, Type T8W or MM, conductor size, number of comkictors, and voltage class. .�� r. -of 11 4• • 1N •• 88MCK S %f0WCM Enoinews • Arehstsets NO. 12 Ai. CCNT M CA= CABLE OATH FIGURE 3-16050 Section 16100 - MAJOR ELECTRICAL EQUIPMENT 1. SCOPE. This section covers the furnishing and installation of the major items of electrical equipment including: a. 600 volt class motor control equipment, labeled as suitable for use as service entrance equipment. 2. GENERAL. Equipment furnished and installed under this section shall be fabricated, assembled, erected, and placed in proper operating condi- tion in full conformity with the drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer unless exceptions are noted by the Engineer. The equipment shall be as manufactured by Cutler -Hammer, General Electric, Siemens Energy & Automation, Square D, or Westinghouse. 2.01. General Equipment Stipulations. The General Equipment Stipula- tions shall apply to all equipment furnished under this section. 2.02. Sills and Anchors. Sills shall be provided for all motor control equipment, and any other equipment which requires sills to be embedded in the floor for leveling and alignment. The sills shall be drilled and tapped as required. All equipment requiring anchor bolts shall be provided with the anchor materials, complete with bolts, nuts, and washers as required. Sills and anchor materials shall be shipped ahead of the scheduled equipment delivery to permit installation before con- crete is placed. Equipment drawings shall show sill and anchor bolt locations. 2.03. Painting. Indoor equipment, after being completely shop fabri- cated, shall be thoroughly cleaned and given at least one coat of rust - inhibiting primer on all inner and outer surfaces. The exterior finish on indoor equipment shall consist of at least two coats of light gray water-resistant enamel with color equivalent to ANSI 61. At least one gallon of each type of exterior finish coat, together with the required quantity of thinner, shall be furnished to retouch the equipment after installation. 2.04. Shop Tests. After the equipment has been completely assembled, it shall be shop tested for general operating conditions, circuit conti- nuity, high potential, and other standard tests for the particular class of equipment. 2.05. Design and Construction. All equipment to be furnished under this section shall be designed, constructed, and tested in accordance with NEMA, ANSI, and other applicable standards pertaining to the design and performance of the particular equipment. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 16100 (15388 ) -1- 3. 600 VOLT CLASS MOTOR CONTROL CENTER EQUIPMENT. Motor control center equipment shall be furnished and installed as described herein and as indicated on the drawings. The motor control center assembly shall be a product of an industrial motor starter and circuit breaker equipment manufacturer who has supplied such equipment both individually and together as feeder breakers, starters, and combination starters for a substantial period. The following motor control center shall be provided: Control Center Designation Location 1. MCC-1 Effluent Pumping Station The control center shall conform with the arrangement, one -line diagram, and schematics as may be indicated on the drawings or specified herein. 3.01. Vertical Sections. The control center shall consist of standard- ized freestanding vertical sections and special freestanding instrument sections bolted together to form a single dead -front panel assembly con- taining combination motor control units, feeder units, transformers, distribution panels, lighting panels, metering, relaying, interlocking, and miscellaneous control devices. A vertical section shall be fabricated from sheet steel, not less than 3/32 inch thick, and formed steel members securely fastened to form a rigid self-supporting structure. Each section bottom frame shall have 5/8 inch bolt holes, one at center front and one at center rear where it shall be anchored by 1/2 inch diameter bolts. Each vertical section shall be 90 inches high, 20 inches deep, and not less than 20 inches wide. Removable rear plates shall be sectionalized so that it is unnecessary to handle any plate greater than the section width or one-half the section height. Hinged rear doors shall be full height and full section width provided with not less than a three-point latch. Any control center longer than 5 feet shall be provided with separate .. floor channels for embedding into the floor slab or control center base. The floor channel shall be completely leveled before grouting and shall be securely anchored to the base. Each standardized vertical section shall be designed and fabricated so additional sections may be added. 3.02. Compartmented Units. Each vertical section shall be of modular construction of various sized components which are of some multiple dimension of the smallest compartment. The modular component design shall accommodate no more than six Size 2 full voltage combination motor starters per vertical section. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 16100 - (15388 ) -2- Individual motor starter units, feeder breaker units, transformers, lighting panels, distribution panels, and control device compartments shall be isolated from each other by metal barriers. Each vertical section shall have a vertical wiring trough for power and control wiring, and wiring troughs, one top and bottom which are con- tinuous through the entire control center. 3.03. Busing. The horizontal main bus and the vertical bus extensions shall be copper, mounted on supports formed of high dielectric strength, low moisture absorbing, high impact material with ample creepage distance between phases. Both horizontal and vertical busing shall be braced against forces resulting from fault current. Vertical bus connecting an incoming power feeder cable shall be of the same rating as the main horizontal bus. Each vertical bus extension shall have a current rating of not less than 150 percent of the connected load specified for its respective vertical section. A copper ground bus with momentary and short time current rating at least equal to the largest circuit breaker shall be furnished through the entire control center and located where it will not interfere with pulling of external cable. All control equipment requiring grounding shall be connected to the ground bus. Grounding connections shall be conveniently accessible from the front. A solderless connector shall be provided on the ground bus in each end section for external grounding cables, sized from 1/0 AWG to 250 Mcm. 3.04. Isolation of Buses. The main bus shall be isolated from the horizontal wiring trough by a removable steel barrier. Permanent insula- tion on or in front of vertical buses, except at control unit connection points, shall prevent front contact with the buses while control units are removed. 3.05. Terminals. Suitable solderless terminals or lugs shall be pro- vided for connection of all incoming and outgoing circuits. Terminals shall be provided for control cables shown by the one -lines and sche- matics on the drawings as entering the control center without connection to internal devices. 3.06. Combination Starters. Control center starters, unless specified otherwise, shall be breaker combination, magnetic, across -the -line type as follows: a. Starters shall be 3 phase, 60 hertz contactors with overloads, 120 volt ac coil, dry type control transformer and a molded - case circuit breaker. Control transformers shall be mounted with the removable starters and have capacity for all simul- taneous loads. Control transformers shall have both primary leads fused, one secondary lead fused, and one secondary lead grounded. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 16100 (15388 ) -3- b. Contactors shall have 8 hour current rating in accordance with latest NEMA standards. Contactors of reversing or multispeed starters shall be mechanically and electrically interlocked. C. Spare interlock contacts, whether on the starter or a relay, shall be wired separately to the unit terminal board. One NO and one NC isolated spare interlock shall be furnished with each starter. d. Larger starters shall occupy spaces which are multiples of the space occupied by Size 1 and Size 2 starters. e. Three bimetallic thermal overload relays with external manual reset shall be furnished with each starter. f. An external manual breaker operating handle with provisions for up to three padlocks shall be provided on each starter. The access door shall be interlocked with the circuit breaker so the door cannot be opened while the breaker is closed except by an interlock override. g. The Contractor shall match control transformers, overloads, heaters, and minimum sizes of starters to equipment furnished which may differ from assumed values on the drawings. over- loads shall reflect any load -side power factor capacitors. h. Spare starters shall have breakers and overloads sized for their largest rated motor and 100 watts extra transformer capacity unless specified otherwise. i. Reduced voltage starters shall be auto -transformer type with closed -transition. 3.07. Relays and Timers. Auxiliary relays and timers shall have 120 volt, 60 hertz coils for continuous duty in 40 C ambient and 10 ampere, 120 volt ac contacts. 3.08. Circuit Breakers. Control center disconnects shall be 3 pst, 600 volt, molded -case air circuit breakers of not less than 42,000 amperes interrupting rating at 480 volts. Molded -case circuit breakers of combination starters shall be magnetic motor circuit protector type for motors sized below 100 horsepower, and thermal - magnetic type for motors sized 100 horsepower and above. Main or feeder type cir- cuit breakers shall be thermal -magnetic type only. These breakers shall be manually operated with quick -make, quick -break, trip -free toggle mechanism. Bimetallic thermal elements shall withstand sustained over- loads and short-circuit currents without injury and without affecting calibration. Thermal elements shall trip the breaker at 125 percent of (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 16100 (15388 ) -4- trip rating current. Instantaneous elements of 225 ampere frame and larger breakers shall be adjustable and shall be set at 800 percent of trip rating. Each breaker shall have suitable arc quenching devices. Main current carrying contacts shall be silver-plated and shall carry their rated current without exceeding Underwriters' Laboratories specified tempera- ture rise. The manual operating handle shall indicate automatic tripping. Where a compartment contains a breaker only, the access door of the compartment shall be interlocked with the circuit breaker so the door cannot be opened with the breaker in the closed position. Where two breakers are located in a common compartment, an interlock override shall permit door opening with one breaker closed. 3.09. Special Panels. Instruments, controls, and accessories shall be mounted either on special doors or on sheet steel panels mounted behind hinged doors, as detailed. All panels and hinges shall be sufficiently strong for the items supported. 3.10. Nameplates. Each unit assembly, control switch, and instrument on the front of the control center shall be provided with a suitable engraved nameplate. Standard, engraved nameplates with 3/16 inch high letters may be used on push-button type units. Other nameplates shall be laminated plastic engraved through the black surface to form white letters. Relays, terminals, and special devices inside the control center shall have permanent markings to match identification used on manufacturer's wiring diagrams. 3.11. Tests. The complete control center shall be tested at the fac- tory. All circuits, including power and control, shall be given dielec- tric tests in accordance with the NEMA procedures set forth in "Tests for Industrial Control Systems". 3.12. Features. The motor control center shall be provided with the following features: a. MCC No. 1 Enclosure: NEMA Type with gasketed door. Arrangement: Single face, front only, mounting units. Straight. Not accessible from rear. Rear removable plates. Main bus at top. Incoming feeder enters bottom. Outgoing feeders enter top and bottom. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 16100 (15388 ) -5- Characteristics: Main bus rating 1600 amperes. Bus bracing 42,000 amperes symmetrical. Wiring NEMA Class 2, Type B. 3.13. Specific Items. Most control center items are indicated on the drawings and specified in general. Control items on schematics of control center equipment, unless other locations are indicated, shall be located in the control center. Additional requirements are as follows: a. Pilot Devices. Pushbuttons, selector switches, and transformer type indicating lights shall be heavy-duty, oiltight. 4. DRAWINGS AND DATA. Complete drawings, details, and specifications covering the equipment furnished under this section shall be submitted in accordance with the submittals section. Within 60 days after the Notice to Proceed, the Contractor shall furnish outline drawings and dimensional data which fully describe (1) the projected floor space required for the equipment, (2) the absolute minimum working space required at the front, rear, and sides of the equipment, (3) the equipment height, and (4) the equipment weight. The Contractor shall furnish complete and accurate drawings of the equipment, including plan, front, and sectional or side views; base plans showing anchor bolt locations and base details; and schematics and wiring diagrams. Wiring diagrams shall be revised as marked by the Engineer to show external circuit conduit and cable identification for interconnect- ing the associated equipment. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 16100 "' (15388 ) -6- Section 16670 - LIGHTNING PROTECTION SYSTEM 1. SCOPE. Provide a complete lightning protection system certified by the "Lightning Protection Institute" (LPI) of Harvard, Illinois. The Contractor's design shall be submitted to and modified as required by the LPI. The installation Contractor must be LPI certified. 2. CODES. All material shall comply with Components Standard LPI-176 and shall meet the installation requirements of Lightning Protection Code NFPA-78. All phases of construction shall be inspected by the Engineer before concealment. 3. MATERIALS. Materials shall conform to Class I (for structures less than 75 feet in height). All roof and down conductors, air terminals, and supports shall be aluminum. Aluminum down conductors shall end not less than one foot above grade and shall at that point be terminated with an acceptable bimetal connector. Copper conductors shall then be utilized to connect to the building grounding system. Fastening devices for copper conductors shall be bronze or copper. 4. INSTALLATION. Down conductors, where used, shall be concealed as much as possible and shall be bonded to the grounding electrode system. The electrode system shall include a counterpoise encircling the structure as far as possible. 5. APPROVAL. An LPI Certified System Plate shall be obtained and mounted on the building at the Engineers -Architects, direction. 6. DRAWINGS. Within 60 days after Notice to Proceed, the Contractor shall furnish outline drawings and bill of material data which fully describes the lightning protection system as specified herein. All drawings and data shall be submitted for review in accordance with the Submittals Section. (LUBBOCK, TEXAS ) (EFFLUENT PUMPING STATION) (CONTRACT 2 ) 16670 (15388 ) -1- GM APPENDIX GEOTECHNICAL INVESTIGATION THESE REPORTS ARE FOR REFERENCE ONLY AND ARE NOT A PART OF THE CONTRACT DOCUMENTS rl- (This page left blank intentionally) r+-SOUTHWESTERN LABORATORIES P- P" GEOTECHNICAL INVESTIGATION FOR TERMINAL STORAGE RESERVOIR LUBBOCK, TEXAS Prepared For Black & Veatch, Engineers - Architects 5728 LBJ Freeway, Suite 300 Dallas, Texas 75240 October 17, 1989 SWL Report No. 89-308 SOUTHWESTERN LABORATORIES SWL SOUTHWESTERN LABORATORIES Materials, environmental and geotechnical engineering, nondestructive, metallurgical and analytical services 2575 Lone Star Drive • P. O. Box 224227, Cella% Texea 75222 • 21 4/631 -2700 October 17, 1989 Black & Veatch, Engineers - Architects 5728 LBJ Freeway, Suite 300 Dallas, Texas 75240 Attention: Mr. Robert G. McCollum, P.E. Re: Geotechnical Investigation Terminal Storage Reservoir Lubbock, Texas (B&V Project 15388.201; SwL Report No. 89-308) Gentlemen: Southwestern Laboratories (SwL) has completed the geotechnical exploration and laboratory testing for the referenced project. This work was performed in accordance with our proposal dated April 3, 1989 and your authorization letter dated April 4, 1989. The supplemental report to the draft copy of this report is included in Appendix D for easy reference. SwL appreciates the opportunity to be of service to Black & Veatch (B&V) on this project. If you have any questions about information in this report, or if we can be any further assistance, please call our office. Sincerely, SOUTHWESTERN LABORATORIES, INC. Bruce Bailey, Pb-.D., P.E. Geotechnical Divisian ERUCE ^„V_�Y Ralph B. Barnes, r., E. Manager o; ; Geotechnical Divi 'on -•-. BB: RBB: em HOUSTON • DALLAS • AUSTIN • SEAUMONT • CONROE • GALVESTON COUNTY • Flo GRANGE VALLEY • ALEXANDRIA SAN ANTONIO 0 FORT WORTH 0 LEESVILLE 0 MIDLAND 0 MONROE 0 SHREVEPORT 0 TEXARKANA 0 SHERMAN SOUTHWESTERN LABORATORIES Black & Veatch, Engineers - Architects October 23, 1989 Page two We trust this information will be of benefit. If you have any further questions about information in this report, or if we can be of any further assistance, please call our office. Sincerely, SOUTHWESTERN LABORATORIES, INC. Bruce Bailey, Ph.D.} L. Geotechnical Division Rl1ph�H. Barnes, tiojn . Manager Geotechnical Divi r., BB/RBB:pa r-- (This page left blank intentionally) SWL SOUTHWESTERN LABORATORIES Materials, environmental and geotechnical engineering, nondestructive, metallurgical and analytical services 2575 Lone Star Drive 0 P. O. Box 224227, Oelles, Texes 75222 0 214/631-2700 October 23, 1989 Black & Veatch, Engineers - Architects 5728 LBJ Freewav, Suite 300 Dallas, Texas 75240 Attention: Mr. Robert G. McCollum, P.E. Re: Supplemental Report . Geotechnical Investigation Terminal Storage Reservoir Lubbock, Texas (B&V Project 15388.201; SwL Report No. 89-308) Gentlemen: SwL understands that, in the interest of project economy, the possibility of using 3H:1V exterior slopes is being considered, �— rather than the originally envisioned 4H:1V exterior slopes, as included in our getotechnical report for this project (final report dated October 17, 1989). I -- A review of our'slope stability analysis results indicates that the proposed 3H:1V exterior berm slopes should exhibit acceptable factors of safety, based on the assumption that the liner materials will function to satisfactorily limit any reservoir seepage from devloping in the vicinity of exterior slopes. v., HOUSTON • CALLAS • AUSTIN • BEAUMONT • CONROE • GALVESTON COUNTY • RIO GRANGE VALLEY • ALEXANDRIA SAN ANTONIO 0 FORT WORTH • LEESVILLE 0 MIDLAND • MONROE 0 SHREVEPORT 0 TEXARKANA 0 SHERMAN SOUTHWESTERN LABORATORIES TABLE OF CONTENTS Page 1.0 Introduction 1 1.1 Project Description 1 1.2 Purpose of Study 4 2.0 General Subsurface Conditions 5 2.1 Regional and Site Geology 5 2.2 Soil Conditions 8 2.3 Groundwater Conditions 10 3.0 Analyses and Recommendations 11 3.1 Preliminary Recommendations, Pump Station. Structures 11 3.2 Piping 14 3.3 Embankments and Slopes 15 3.3.1 Material Types and Zoning 15 3.3.2 Slope Stability 16 3.3.3 Estimated Berm Settlements 19 3.4 Reservoir Lining and Slope Protection 20 3.5 Seismic Design Considerations 26 3.6 Construction Recommendations 26 3.6.1 Material Excavation 27 3.6.2 Stripping and Existing Grade Preparation 27 3.6.3 Fill Placement and Compaction 28 3.6.4 Foundation Excavations 30 3.7 Trench Safety Consideration 31 4.0 Limitations and Reproductions 32 5.0 References 34 SOUTHWESTERN LABORATORIES SOUTHWESTERN LABORATORIES TABLE OF CONTENTS Page Appendix A: Text Figures Figure No. Page 1 Site Vicinity Map A-1 2 Regional Geologic Section Near Site A-2 3 Boring and Test Pit Location Diagram A-3 4 Generalized Subsurface Stratigraphy, North and East Sides A-4 5 Generalized Subsurface Stratigraphy, South and West Sides A-5 6 Results of Slope Stability Analyses, Section A (Figure 3) A-6 7 Results of Slope Stability Analyses, Section B (Figure 3) A-7 8 Range of Grain -Size Distribution, On -Site Cover Sands A-8 Appendix B: Field Exploration Program Field Procedures B-1 Boring Logs B-4 Test Pit Logs B-20 Appendix C: Laboratory Testing Program Laboratory Testing Procedures C-1 Summary of Tests C-3 Grain Size Distribution Curves C-7 Consolidation Tests C-41 Swell Test C-43 Compaction Tests C-44 Triaxial Tests C-47 Table Cl: Summary of Fixed -Wall Permeability Test Results Flexible -Wall Permeability Tests Carbonate Content Tests Loss -On -Ignition Tests Organic Impurities Test Results Appendix D: Supplemental Report (Dated September 71 1989) SOUTHWESTERNLA80RATORIES SOUTHWESTERN LABORATORIES GEOTECHNICAL INVESTIGATION TERMINAL STORAGE RESERVOIR LUBBOCK, TEXAS 1.0 INTRODUCTION The City of Lubbock, Texas is planning to construct a wastewater terminal reservoir approximately three miles east of Lubbock, Texas, as shown in Figure 1. (All text figures are in Appendix A.) 1.1 Project Description The terminal storage reservoir will be constructed with earthen berm dikes with overall dike centerline plan dimensions of approximately 1,400 by 2,100 feet. The existing ground surface at the site slopes downward from the northwest corner near E1 3189 to the southeast corner near E1 3173. The bottom of the reservoir will be located near E1 3174 and the top of the berm will be established near El 3209. At the northwest corner, this will require a cut of approximately 15 feet to reach the bottom of the reservoir and a berm fill of approximately SOUTHWESTERN LABORATORIES SOUTHWESTERN LABORATORIES 20 feet. At the southeast corner, little cutting will be required and the berm fill will extend to a height of approximately 36 feet. Intermediate combinations of cuts and fills will be required at other points along the berm. It is planned to use excavated on -site soils to construct the berms. For preliminary design, interior berm slopes of 3 1horizontal to 1 vertical (3H:1V) and exterior slopes of 4H:1V have been proposed. The terminal reservoir will serve to temporarily store secondary treated municipal wastewater during peak flows. It is anticipated that the reservoir will be full for periods of 2 to 3 months and will be at least partially filled most of the time. An overflow spillway will be located in one side of the reservoir. Depending on the permeability of the exposed natural materials, the need for lining the reservoir is anticipated to minimize exfiltration. The need for slope protection is anticipated for exposed berm surfaces. At the time of this writing, a liner consisting of a one -foot thick, compacted, soil-bentonite liner covered by an additional one -foot thick compacted soil protective layer is being considered for the bottom of the SOUTMWESTEAN LABORATORIES SOUTHWESTERN LABORATORIES reservoir. A soil -cement slope protection cover will be placed over the inside berm slopes. This layer will be placed in horizontal lifts to provide a thickness of at least two feet measured normal to the slope. The one -foot thick soil-bentonite layer will be extended up the slopes, beneath the soil -cement cover, to the normal reservoir elevation. Other alternates for slope protection and lining may be considered further. It is SwL's understanding that the reservoir will be operated such that there typically will always be, at least one foot of water at the bottom to prevent drying of the bottom liner. It is also our understanding that the rate of lowering of the reservoir will typically not exceed about 0.5 feet per day, a rate that likely will not result in a sudden drawdown condition for the inside slopes. An effluent pump station will be located inside of the reservoir in the vicinity of the southwest corner. Based on available information, this reinforced concrete structure will house pumps with a lowest elevation estimated to be near E1 3168. An overall height of up to 35 feet is estimated for this structure. A transfer pump SOUTHWESTERN LABORATORIES SOUTHWESTERN LABORATORIES r-- station to pump from large to small cells and an irrigation pump station are also anticipated. Miscellaneous piping will be included within and around the reservoir area. The piping is anticipated to be installed at depths of 4 to 8 feet below grade. 1.2 Purpose of Study The purposes of this study were to: 1) perform exploration of the subsurface conditions within the project limits, 2) evaluate the pertinent engineering properties of these materials, and 3) provide geotechnical recommendations and consultation for project design. ;OUTHWESTERN LABORATORIES SOUTHWESTERN LABORATORIES 2.0 GENERAL SUBSURFACE CONDITIONS The subsurface conditions at the proposed site were investigated by site reconnaissance observations, reviewing available published geological information, by drilling soil test borings, and by excavating test pits with related laboratory tests performed on selected samples obtained from these borings and pits. 2.1 Regional and Site Geology The City of Lubbock and the proposed reservoir site are located within the Southern High Plains physiographic province which is a well-defined, topographically isolated plateau that slopes downward to the southeast. soils developed in this area typically consist of fine sandy loams. Numerous depressions or playa basins are located in many areas of .the plains region and these basins form ephemeral lakes. The basins are thought to be a result of eolian deflation. In the semi -arid to subhumid climate, large areas have poorly developed drainage systems with intermittent streams or streams with small perennial flow. Numerous playa lakes and basins are present in the vicinity of the reservoir site (Ref. 1). The primary regional drainage feature is the Yellow House Canyon cut by the Double Mountain Fork of SOUTHWESTERN LABORATORIES SOUTHWESTERN LABORATORIES the Brazos River flowing to the southeast, located approximately one mile southwest of the site. The surface soils consist of Quaternary -Age windblown cover sand. This typically consists of a fine -to medium -grained, calcareous, silty sand with caliche nodules with a typical thickness of up to 25 feet with locally thinner areas (Ref. 2). The cover sands overlie the Tertiary -Age Ogallala Formation which contains both coarse fluvial conglomerate and sandstone along with fine-grained eolian sand, silt and clay. A resistant caliche layer is typically found near the top of the Ogallala Formation. The caliche develops as an authigenic accumulation of calcium carbonate resulting from soil -forming processes, precipitation from groundwater, or a combination of these. The caliche forms in layers or zones, locally cemented, at varying depths. The combined thickness of the Ogallala and Quaternary deposits at the site is estimated to be on the order of 100 feet or so (Ref. 3). A regional geologic cross section near the project site is shown in Figure 2. The Ogallala overlies southeast dipping cretaceous strata and deeper Triassic and Permian strata. Regional LABORATORIES SOUTHWESTERN LABORATORIES dissolution of Permian salt beds has resulted in regional subsidence with formation of surface collapse depressions, sinkholes, fractures, faults and similar features. Most of these features have been reported well north of the project site (Refs. 4, 5, 6). Observations by SwL's field geologist during the field drilling program did not indicate the presence of collapse types of features in the vicinity of the site. The Ogallala Formation is a regional aquifer which extends to the north across several states. Water table conditions prevail throughout the aquifer and the water table elevation approximately parallels the ground surface (gradient from northwest to southeast). The elevation of the Ogallala water table in the vicinity of the project site is estimated to be near E1 3080 (winter, 1978) or approximately 100 feet below the ground surface (Ref. 7). The aquifer is believed to be recharged by direct precipitation, riverbeds, playa lakes, or a combination of these. Most of the groundwater flow undoubtedly occurs through the deeper sands and gravels near the bottom of the formation. Hydraulic conductivity values on the order of 10-2 centimeters per second have been estimated for the aquifer in the vicinity of the site with a typical groundwater flow velocity on the order of 18 centimeters per day. SOUTHWESTERN LABORATORIES SOUTHWESTERN LABORATORIES A total dissolved solids content on the order of 800 to 1000 milligrams per liter is estimated for Ogallala groundwater in the Lubbock area. 2.2 Soil Conditions The subsurface conditions at the project site were investigated by drilling 16 soil test borings and excavating 4 test pits at locations shown in Figure 3. Field drilling and sampling procedures are described in Appendix B along with boring and test pit logs. Representative soil samples from the test borings were selected for laboratory testing to evaluate their engineering properties. Test procedures and results of these tests are included in Appendix C. The surficial soils found in all of the test borings and test pits to depths of 1.5 to 5 feet typically consisted of brown to reddish brown fine clayey sand in a very loose to medium dense condition. This soil was classified as SC according to the Unified Soil Classification System (USCS) based on laboratory test results and visual observation of the soil samples. At some locations, the surficial soils contained higher silt or clay contents and classified as SC-SM or CL. These soils were identified as eolian cover sands. iOUTHWESTERN LABORATORIES SOUTHWESTERN LABORATORIES In several of the borings, Borings B-5, B-6, B-7, B-8, B-9, and B-10, the surficial sands were underlain by a brown to tan and brown mottled sandy clay, classified as CL, to depths of 9 to 20 feet. This clay was typically stiff to hard in consistency with unconfined compressive strengths of almost 1,200 to over 5,000 pounds per square foot and plasticity indexes of 7 to 23. Results of swell and consolidation tests indicate that these clays are not expansive. various percentages of calcareous materials were observed in these clays which thus exhibited caliche-like characteristics at some locations. At greater depths in these borings and beneath the cover sands at shallower depths in the remaining borings, reddish brown to tan to pink sandy clays to clayey sands (CL to SC) were encountered, typically to the bottom of each boring at depths of 25. to 35.5 feet. This stratum was identified as caliche on the basis of its color, the presence of abundant visible calcite cementing, and the generally medium dense to dense condition indicated by Standard Penetration Resistance (N-values) of 15 to over 30 blows per foot. At several locations, the shallower caliche materials were found to be in a loose condition with occasional N-values of 7 to 9 blows per foot. Occasional layers of dense reddish brown fine clayey sand SOUTHWESTERN LABORATORIES SOUTHWESTERN LABORATORIES (SC) or reddish brown sandy clay (CL) were found below or within the caliche stratum. The soils at greater depths in many of the borings were indicated to be in a denser or more cemented condition with several N-values exceeding 50 blows per foot. These soils are believed to represent the upper portion of the Ogallala Formation. Additional details regarding the strata encountered or engineering properties of these materials are included on the boring logs in Appendix B and on the test results sheets in Appendix C. Typical subsurface conditions are also depicted in the generalized stratigraphy profiles around the perimeter, shown. in Figures 4 and 5. 2.3 Groundwater Conditions No groundwater was observed in any of the test borings during or at completion of .drilling. Temporary slotted PVC observation wells were installed in four.of the test borings (Borings B-1, B-4, B-13 and B-16 at the corners of the reservoir) to permit groundwater observations to be made during the course -of the field operations. These wells were observed to be dry 48 hours after drilling was completed. SOUTHWESTERN LABORATORIES SOUTHWESTERN LABORATORIES 3.0 ANALYSES AND RECOMMENDATIONS The above information regarding the project and the subsurface conditions encountered were evaluated to develop the design and construction recommendations presented in this report section. 3.1 Preliminary Recommendations, Pump Station Structures The location and plan geometry of the effluent pump station have not been determined at the time of this writing. However, it is understood that this structure will be located inside the reservoir in the vicinity of the southwest corner. Based on the soil conditions disclosed in Borings B-11 through B-14, the most suitable bearing material for a shallow spread footing or mat -type foundation would consist of the medium dense to dense sandy clay to clayey sand caliche, below any looser materials, found below depths/elevations summarized in Table 1. Table 1: Recommended Bearing Depth/Elevation, Effluent Pump Station Boring No. Recommended Bearing Depth/Elevation, feet B-11 9/3171.5 B-12 3/3178.5 B-13 4/3172.5 B-14 7/3170.5 SOUTHWESTERN LABORATORIES SOUTHWESTERN LABORATORIES The anticipated bearing elevation for the effluent pump station, E1 3168, is below the above highest bearing levels and is well into the recommended bearing stratum. An allowable soil bearing pressure of up to 5,000 pounds per square foot is recommended for the design of mat -type or spread footings bearing in firm undisturbed natural caliche materials at or below the depths and elevations in Table 1. All foundation elements should be situated at least 2 feet below final exterior grade at the structure locations. In addition, spread footings, if used, should have a minimum plan dimension of 3 feet. The above recommended allowable soil bearing pressure includes a bearing capacity safety factor of 3 or higher. Foundation settlements will depend on the average foundation contact pressure, the plan geometry of the foundation, and the actual location of the structure. In general, it is anticipated that foundations designed using the above recommended allowable bearing pressures and depths will experience only limited settlements, on the order of one inch or less. The locations of the irrigation and transfer pump stations are not known at the time of this writing. In SOUTHWESTERN LABORATORIES SOUTHWESTERN LABORATORIES general, the above recommendations for the effluent pump station can serve as guidelines for foundation slabs bearing in natural caliche materials. For foundations bearing in the stiff to hard clays beneath the cover sand (found in Borings B-5 through B-10) or in well -compacted (controlled) engineered fill composed of on -site soils, allowable bearing pressures of up to 2,500 pounds per square foot can be considered for preliminary design purposes. After the structure locations, bearing depths and related information are established for each of the pump station structures, it is recommended that the bearing pressures and settlement estimates be reviewed by this office. It is SwL's understanding that vertical walls for pump station structures may extend below final grades for a distance of approximately 5 to 10 feet at some locations. If backfill for these walls will support a liner or if the backfill is located within compacted fill areas for the berms, then it is assumed that the backfill itself will need to be compacted to reduce surface settlements. Lateral earth pressures exerted by the backfill on below -grade walls will depend on the backfill SOUTHWESTERN LABORATORIES SOUTHWESTERN LABORATORIES 0 type, assumed groundwater levels, weight of compaction equipment, and other factors. Recommended equivalent fluid pressures for use in design for two compacted backfill types, compacted with light equipment, are summarized in Table 2. Table 2: Recommended Equivalent Fluid Pressures for Design of Below Grade Walls Recommended Equivalent Fluid Pressures, psfjft depth Above Below Water Water Backfill Type Table Table Imported Clean Granular Fill (i.e.: concrete sand) 40 80 On -Site Soils (i.e.: fine clayey sand, sandy clay) 80 100 3.2 Piping It is recommended that all yard piping be supported on firm undisturbed natural soils or on well -compacted fill. The piping should be designed to accommodate the anticipated earth loads consistent with the bedding and trench conditions. All trench backfill should be mechanically compacted to the recommended minimum dry densities as discussed in Section 3.5. In areas where the piping passes beneath the berms or other critical elements, care should be exercised to minimize the SOUTHWESTERN LABORATORIES: SOUTHWESTERN LABORATORIES potential for unwanted seepage through the piping backf ill. This may require the use of seepage collars, clay plugs, or other means at critical locations. 3.3 Embankments and Slores Analyses and recommendations for the proposed cut slopes and berm embankments required for the reservoir are included in the following paragraphs. 3.3.1 Material Types and Zoning A review of the generalized subsurface profiles, Figures 4 and 5, indicates that three general soil types will be removed from the reservoir excavation and available for berm construction. These include brown fine clayey sand (cover sand, classified as SC and SC-SM), reddish -brown, tan, pink sandy clay to fine clayey sand (caliche, CL, SC), and brown and tan sandy clay (CL). The laboratory permeability tests and classifications for the exposed and recompacted caliche materials indicate the need for a reservoir liner. The cover sand appears to be the most suited on -site soil for use in a soil -cement mixture, since the carbonate content of this soil appears to be less than for the other soils among other factors. (Liner considerations will be discussed further in Section 3.4.) SOUTHWESTERN LABORATORIES SOUTHWESTERN LABORATORIES Because of the general similarity of the remaining two soil types and because of the varying berm heights in combination with soils exposed in cut slopes, there appears to be little advantage in attempting to sort materials for placement in a zoned embankment section. In general, it is recommended that the more clayey soils (tan and brown sandy clays) be placed close to the inside slope surfaces in an attempt to utilize the low -permeability soils (by classification) immediately beneath the liner and thereby tend to reduce the overall exfiltration from the reservoir. However, over - excavation of caliche materials on the inside cut slopes or reservoir bottom to provide for a continuous "plating" of the soils as a sub -liner layer does not appear to be practically warranted. In these areas, it appears more feasible to provide a relatively impervious liner for exfiltration control. Therefore, for purposes of analysis and design, it has been assumed that the embankments will be constructed as a homogeneous cross-section. 3.3.2 Slope Stability Two representative berm cross -sections were selected for slope -stability analyses. Section A is located near the northwest corner (Figure 3) which includes a combination SOUTHWESTERN LABORA SOUTHWESTERN LABORATORIES of cut and fill at a location where the relatively weaker brown and tan clays occur in the berm foundation (Boring B-5). Section B is located near the southeast corner (Figure 3) where the maximum embankment section occurs near Boring B-16. The stability analyses were performed using a computer -aided procedure based on the Simplified Bishop Method of Slices or Spencer's Method for assumed circular arc failure surfaces. For the long-term (effective stress) analyses, it was assumed that the liner is fully effective and that only limited seepage through the upper portions of the liner would develop during the four -month period with water levels above the lower operating elevation. It was assumed that the liner will be sufficiently impervious to prevent saturation of the underlying slopes which could result in development of a steady seepage condition through the berm section or buildup of pore pressures beneath the liner during drawdown of the reservoir. Section A - Results of stability analyses for 3H:1V interior slopes at Section A are shown in Figure 6. Total stress shear strength parameters were used for the end -of -construction condition. Effective stress SOUTHWESTERN LABORATORIES SOUTHWESTERN LABORATORIES parameters were used for the anticipated long-term conditions. These shear strength parameters are based on laboratory test results and soil classifications. The 3H:1V interior slope height at this section is 35 feet, considering both the fill and cut heights. A minimum end -of -construction safety factor of 2.0 was obtained. This exceeds the typically -recommended minimum value of 1.3 for this condition. A minimum long-term safety factor of 1.6 was obtained which exceeds the typically -recommended value of 1.5 for this condition. The 4H:1V exterior slope at this section is approximately 24 feet in height. Since this height is considerably less than the interior height and since the exterior slopes are flatter, the factors of safety for the exterior slopes would exceed the desired minimum values, as based on the results of the calculations for the interior slope. Section H - Results of stability analyses for the 3H:1V interior slope at Section H are shown in Figure 7. A minimum end -of -construction safety factor of 1.9 and a minimum long-term safety factor of 1.8 were obtained, which are both considered to be acceptable. Since the SOUTHWESTERN LABORATORIES SOUTHWESTERN LABORATORIES interior and exterior slope heights are similar at this section, the corresponding minimum safety factors would be greater for the flatter 4H:1V exterior slope than for the interior slope, and therefore, stability calculations were again not performed for the exterior slope. 3.3.3 Estimated Berm Settlements The magnitudes of settlements at various points along the berm will depend on a combination of berm height and compressibility of .foundation soils, among other factors. Total crest settlements on the order of 2 to 8 inches are estimated along the centerline of the proposed berm. Settlements at the toe of the berm are estimated to range from less than one inch up to 1.5 inches. The larger settlements are anticipated to occur in the vicinity of Borings B-8 and B-9. The smallest settlements are anticipated to occur in the vicinity of Borings B-1 and B-2. Due to the granular nature of many of the soils and the relatively low plasticity -index of the cohesive soils, it is roughly estimated that 40 to 60 percent of the total settlements will occur during the construction period. It is further roughly estimated that 80 to 90 percent of the total settlements will occur within the first one to two years following berm construction. SOUTHWESTERN LABORATORIES SOUTHWESTERN LABORATORIES 3.4 Reservoir Lining and Slope Protection Because of the nature of the stored effluent, the proximity of the site over the Ogallala aquifer, and the relative permeability of the foundation soils, an impervious liner appears warranted to reduce exfiltration from the reservoir. Several types of liner approaches could be considered including well -compacted clays, soil-bentonite, soil -cement, synthetic materials, or combinations of these. SwL understands that the liner should provide a performance equivalent to a one -foot thick layer of material with a permeability of 1x10-7 centimeters per second or less. It is conceivable that the on -site brown and tan sandy clays (classified as CL) found in Borings B-5, B-6, B-7, B-8, B-9 and B-10 could be used as a liner material. However, these clays locally contained calcium carbonate nodules and significant carbonate percentages (caliche-like materials) which could leach with time thereby increasing the permeability of the liner in the long-term. The carbonate cementing may require special sorting and processing of the clays for use as a liner material. In addition, the exposed portions of the liner could dry and crack which would also tend to increase the permeability unless a sufficient protective cover is provided. Further laboratory testing of these clays 1 .89 SOUTHWESTERN LABORATORIES SOUTHWESTERN LABORATORIES including carbonate contents and long-term permeability tests to allow for soil pore volume exchanges using the treated wastewater as the permeant could aid in the further evaluation of these clays. The use of a soil-bentonite mixture as a liner could also be considered to reduce exfiltration. One laboratory permeability test using a sample of the surficial cover sands mixed and compacted with 4 percent bentonite (dry soil weight basis) resulted in a permeability of 1.lxl0-7 centimeters per second using laboratory tap water as the permeant. (It is noted that some bentonite suppliers calculate bentonite content as a percentage of moist soil weight rather than dry soil weight.) The soil-bentonite liner should have a minimum compacted thickness of at least 12 inches, placed in at least two compacted lifts. The soil-bentonite mixture should be thoroughly mixed with suitable soils and compacted to a minimum dry density of at least 95 percent of the Standard Proctor maximum dry density (ASTM D 698) near or above the optimum moisture content. If the on -site cover sands are used in this liner, the sand should be completely broken down to its basic particle sizes prior to mixing with bentonite by a suitable process SOUTHWESTERN LABORATORIES SOUTHWESTERN LABORATORIES procedure. Cover sands that contain significant carbonate percentages (more than 5 percent soluble in dilute HC1) should not be used in the soil-bentonite liner. The bentonite used in the liner should consist of a premium -grade natural material compatible with the anticipated service conditions as evaluated by the supplier, special long-term permeability testing using the wastewater as the permeant, or a combination of these. The design bentonite content should also be consistent with the service requirements. The selected bentonite content should include some provision for possible liner deterioration due to drying or cracking. A cover layer of compacted soil should be placed over the top of the liner and provision should be made to prevent the liner from drying following construction and during service. Construction quality control testing for liner construction will be discussed further in Subsection 3.6.3. Synthetic liners could also be considered for liner design. High -density polyethylene (HDPE) or polyvinyl chloride (PVC) materials are regarded as possible candidates for use as a synthetic liner. Either of these SOUTHWESTERN LABORATORIES SOUTHWESTERN LABORATORIES liners would need to be protected by an earth cover for anticipated service conditions. Further assistance in the design of a synthetic liner section can be provided on request. With regard to slope protection, the use of a soil -cement mixture appears to be the most favorable approach. This soil -cement might also be considered for use as a liner material. However, it is anticipated that the soil -cement would be more permeable than soil-bentonite and would also be susceptible to cracking or drying. According to available published information (Ref. 8), medium to fine silty sands with about 20 to 40 percent fines (non -plastic to slightly plastic) exhibit generally favorable required cement contents. The range of grain -size distribution curves for the on -site cover sands obtained from the laboratory test results is shown in Figure 8. Plasticity indexes for these sands ranged from 5 to 14. Based on tests completed, it generally appears that the on -site cover sands will be suitable for use in soil cement. However, one of the two organic impurities tests (ASTM C 40) showed a darker -colored supernatant liquid, which is considered to be a possible indicator of the presence of injurious organic compounds. Further tests are indicated by this finding. SOUTHWESTERN LABORATORIES SOUTHWESTERN LABORATORIES Mor"n Some sorting of deleterious organic or possibly "poorly reacting" materials, materials with high carbonate contents (such as caliche nodules, concretions, or chalky calcareous materials such as found near Boring B-15 from 0-4.3 feet depth), or materials with plastic fines (such as found in Boring B-12 from 0-3 feet depth and Boring B-16, 0-3 feet depth) should be anticipated during construction as determined by visual inspection and further testing of the materials at that time. At the time of this writing, a cement content in the range of 7 to 11 percent is estimated for the on -site cover sands, sorted as described above. Preliminary requirements for soil -cement sands are summarized as follows: 1. free of organic or other deleterious materials 2. at least 90 percent passing the No. 16 sieve 3. Plasticity index not greater than 10 4. not more than 25 percent carbonates (soluble in dilute HCl) for slope protection. Additional testing will be required to evaluate the cement content for soil -cement, permeability, strength, and durability properties (wet -dry, freeze -thaw). SOUTHWESTERN LABORATORIES SOUTHwESTERN LABORATORIES In our experience, the proposed minimum thickness of 2 feet, as measured normal to the slope, should be adequate for soil -cement used as slope protection. This minimum thickness should be verified with respect to its adequacy to perform as a pavement section if heavy equipment traffic is anticipated for maintenance or sludge cleanout operations. The berm crest and exposed slopes above the liner limits should also be suitably protected and maintained to minimize erosion. Grassed slopes could be considered but would require irrigation, mowing, and related maintenance. A loamy soil cover layer, possibly consisting of the tan and brown sandy clays with fertilizers may aid in support of grassed covers. The use of compacted caliche materials, preferably with a conspicuous gravel content, could also be considered for slope protection. Preferably, these should meet Texas Highway Department (THD) Standard Specifications for roadway flexible base materials, Type F, Grade 2. Some of the on -site caliche.materials may be suitable for this purpose. The use of imported rip -rap or rock slope protection could also be considered. Rip -rap normally implies the ;OUTHWESTERN LABORATORIES SOUTHWESTERN LABORATORIES use of a durable rock material, such as limestone, which may be relatively costly. Rock slope protection could consist of less durable imported, but possibly locally available, stone materials that do not meet normal rip -rap standards. For light -duty slope protection applications, such material could consist of a poorly -graded angular stone, maximum size 2 to 4 inches, with a small soil content to discourage growth of vegetation. Maintenance of this type of slope protection should be anticipated. 3.5 Seismic Design Considerations According to the Seismic Zone Map included in the Uniform Building Code (Ref. 9), the project is located within Zone 0, the zone of least anticipated seismic ground motions. Although no seismic zone factor is included for Zone 0 for obtaining the design base shear in the Uniform Building Code, we recommend the use of a seismic zone factor equal to 0.05. The typical site soil profile consists of dense granular to hard cohesive soils to a depth of 100 to 150 feet. A site coefficient factor of 1.0 is indicated for this soil profile. 3.6 Construction Recommendations Recommended construction procedures are discussed in the following paragraphs. SOUTHWESTERN LABORATORIES SOUTHWESTERN LABORATORIES 3.6.1 Material Excavation In general, it is anticipated that a large percentage of i the materials within the reservoir limits can be excavated and handled using conventional earthmoving equipment and methods. However, the deeper excavations s P n and trench excavations could encounter cemented caliche zones that may exhibit rock -like characteristics. In open areas, these conditions may indicate the need for pre -loosening with a single -tooth ripper attached to a large dozer. In trenches, a large backhoe equipped with a rock bucket may be required, with excavation efforts exceeding that normally anticipated for soil excavation. 3.6.2 stripping and Existing Grade Preparation All areas to receive embankment or berm fill materials should be stripped to remove all vegetation, roots, and any loose or soft fill or otherwise unsuitable surface materials. Areas where very loose cover sands (N-values of 4 and 5 blows per f oot or less) were encountered beneath the proposed berm (Borings B-1, B-8, and B-9 to depths of 1.5 to 2 feet)•, should be undercut to remove these very loose materials to firm subgrade soils. A shallow cutoff trench is recommended along the berm alignment centerline to extend through any surface SOUTHWESTERN LABORATORIES SOUTHWESTERN LABORATORIES weathering profiles and through the cover sands. This cutoff trench should have a minimum depth of 3 feet and a minimum bottom width of 8 feet. The purpose of this trench would be to minimize the potential for secondary underseepage which may permeate through the liner to flow through more previous weathered zones immediately beneath the berm. Further, the exposed subgrade soils should be scarified to a depth of 8 inches and compacted near the optimum moisture content (-1 to +4 percent) to a dry density of at least 95 percent of the maximum dry density (ASTM D 698) . In any areas where the exposed subgrade surface slopes are steeper than 5 horizontal to 1 vertical, the existing ground surface should be benched to "tie-in" the new fill. The bench widths should be wide enough to provide for placement and compaction of soils in relatively horizontal lifts. 3.6.3 Fill Placement and Compaction All soils used for fill should be placed in horizontal lifts with a maximum loose lift thickness not exceeding 9 inches. Each lift should be compacted to a minimum of 95 SOUTHWESTERN LABORATORIES SOUTHWESTERN LABORATORIES percent of the Standard Proctor maximum dry density (ASTM D 698) at a moisture content of one percent dry to four percent wet of the optimum moisture as determined by that test. For fill placed in the containment berms, care should be exercised to bond each fill lift to the previous lift and to minimize drying and cracking of previously placed and compacted materials. These steps will help to provide for general overall imperviousness of the embankment sections. All soil -cement materials should be similarly placed and compacted. Consideration could be given to placing and compacting soil-bentonite materials in lifts parallel to the slope for slopes of 3 horizontal to 1 vertical or flatter. This type of construction would offer some advantage in liner construction as the potential for increased permeability due to flow through imperfectly bonded horizontal lifts would be precluded. However, some additional compactive effort would be required, in our experience, to obtain the minimum degree of compaction. For the soil-bentonite liner placement, it is also recommended that the quality control testing program include laboratory tests on laboratory and field compacted specimens 'to help verify that the design SOUTHWESTERN LABORATORIES SOUTHWESTERN LABORATORIES bentonite contents are satisfactory and that a suitable degree of imperviousness for the liner is obtained in the field. Carbonate content tests are also recommended for quality control testing of the on -site cover sands or other materials used in the soil-bentonite liner. All excavated caliche materials placed as fill should be completely broken down and placed as soil fill with no visible or nested voids remaining after compaction. Placement of dry caliche "clods" with visible voids will not result in a satisfactorily compacted fill materials. Field density and moisture content tests should be performed to help assure that the minimum degree of compaction is achieved for all soil fill, soil-bentonite, and soil -cement materials. Trial fill pads are recommended to develop suitable placement, compaction, and testing procedures for the soil-bentonite and soil -cement materials. 3.6.4 Foundation Excavations All foundation excavations should be observed by qualified geotechnical personnel prior to construction of foundation elements. If unsuitable materials are found SOUTHWESTERN LABORATORIES SOUTHWESTERN LABORATORIES at the proposed bearing elevation, they should be removed to satisfactory bearing soils and replaced with lean concrete or other suitable materials. In addition, the foundation bearing surface should be protected from deterioration by a seal slab of lean concrete if the excavation is left open for more than one day. 3.7 Trench Safety Considerations All trench and excavation walls should be sloped or braced in the interest of safety. In general, excavation slopes of 1 horizontal to 1 vertical should remain stable for structure or trench excavations extending to 10 feet or less below the surrounding grade. Additional recommendations and comments regarding structure excavations and trench safety considerations can be provided, as required, based on additional information regarding structure and trench locations and depths. SOUTHWESTERN LABORATORIES SOUTHWESTERN LABORATORIES 0 4.0 LIMITATIONS AND REPRODUCTIONS This geotechnical investigation is limited in that the recommendations are developed from the information obtained in the test borings and limited test pit observations which depict subsurface conditions only at very specific locations. Subsurface conditions at other locations may differ from those observed and at the boring locations. Should any conditions other than those described in this report be encountered, SwL should be immediately notified so that further investigation and supplemental recommendations, if required, can be provided. This investigation was performed in accordance with accepted geotechnical engineering practice for design purposes only. In the event that any changes in the nature or design of the project are made, the conclusions and recommendations in this report should not be considered valid until the changes are reviewed and the conclusions and recommendations modified or verified in writing. The reproduction of this report, or any part thereof, supplied to persons other than to B&V, should indicate SOUTHWESTERN LABORATORIES SOUTHWESTERN LABORATORIES that this stu, that verific< purposes of cc of others. d — DUU I MW tJ I tmN LAOUMA 1 UMIt5 SOUTHWESTERN LABORATORIES 0 5.0 REFERENCES Reference No. 1 USGS Topographic Quadrangle Map, Lubbock East, Texas, 1957, Photo revised 1970 and 1975. 2 Geologic Atlas of Texas, Lubbock Sheet, Bureau of Economic Geology, The University of Texas at Austin, 1967. 3. Seni, S.J., Sand -Body Geometry and Depositional Systems, Ogallala Formation, Texas, Report of Investigation No. 105, Bureau of Economic Geology, The University of Texas at Austin, 1980. 4. Simpkins, W.W., et. al., Impact of Evaporite Dissolution and Collapse on Highways and Other Cultural Features in the Texas Panhandle and Eastern New Mexico, Geological Circular 81-4, Bureau of Economic Geology, The University of Texas at Austin, 1981. 5. Gustayson, T.C., et. al., Regional Dissolution of Permian Salt in the Anadarko, Dalhart, and Palo Duro Basins of the Texas Panhandle, Report of Investigations No. 106, Bureau of Economic Geology, The University of Texas at Austin, 1980. 6. Gustayson, T.C. and Finley, R.J., Late Cenozoic Geomorphic Evolution of the Texas Panhandle and Northeastern New Mexico, Report of Investigations No. 148, Bureau of Economic Geology, The University of Texas at Austin, 1985. 7. Nativ, R., Hydrogeology and Hydrochemistry of the Ogallala Aquifer, Southern High Plains, Texas Panhandle and Eastern New Mexico, Report of Investigation No. 177, Bureau of Economic Geology, The University of Texas at Austin, 1988. 8. Portland Cement Association, Soil -Cement Laboratory Handbook, 1971. 9. International Conference of Building Officials, Uniform Building Code, 1988 Edition. SOUTHWESTERN LABORATORIES SOUTHWESTERN LABORATORIES A P P E N D I X A: TEXT FIGURES Figure No. Title Page 1 Site Vicinity Map A-1 2 Regional Geologic Section Near Site A-2 3 Boring and Test Pit Location Diagram A-3 4 Generalized Subsurface Stratigraphy, North and East Sides A-4 5 Generalized Subsurface Stratigraphy, South and West Sides A-5 6 Results of Slope Stability Analyses, Section A (Figure 3) A-6 7 Results of Slope Stability Analyses, Section B (Figure 3) A-7 8 Range of Grain -Size Distribution, On -Site Cover Sands A-8 ;OUTHWESTERN LABORATORIES •' ; ,:I xpenment 'tation ... - �. Jl7o o i'. ~ 'i"�" •` Wells / •.• IJ201 a. `•\ 1 � \ ` NO �l\••/9TN 1 ST _ 3199 0 03/98 0 '3186 . • N 3l9/0' • J187 • •• 0 ( os It 74 N 03/96 !• \ II 6M it o 0 -`TSu�sFarw3st— •____\, ".�-R�3.�FECT-•--= •----•-------------- --•----•---- '----•-o--•---•------ r=-- =. Q \� 7 LOCATION , 3i75 II �a• ^ 3157 �.\ � .. _ 03171 �� - �\t,'. �'`-'=ice__•"-=- \ i/ N SQ It It ' '�.,� ' •1\ ���`\ `1 11 II — it to _.�.I � �--7i 835 ROAD 101 o• N 1 13 ML FIGURE 1 SCALE F} 3157 Tanks 0 2000 4000 FEET SITE VICINITY MAP 'o N pp OC. r • // SWL 89-308 A-1 3000 2500 20 0 10 20 mi 0 10 20 30 km SW -NE SECTION LOCATED APPROXIMATELY 7 MI SE OF PROJECT SITE. ( FROM SENT, S.J., REF 3,P29) NEAR SITE FIGURE 2 REGIONAL GEOLOGIC SECTION NEAR SITE SWL 89-308 LEGENO: OBORING W/TEMPORARY OBSERVATION WELL 19 BORING TEST PIT I N APPROX. SCALEi 0 300 600 FEET d NORTH SIDE EXISTING GROUND (LOOKING NORTH) SURFACE PROPOSED RESERVOIR 3190 B-1 B-2 BOTTOM 8R. B-3 B-4 F. CLAYEY SAND h W RD - OR, TAN, PINK SANDY ' W CLAY CLAYEY SAND (CALICHE) zo 31 TO w RD-BR CLAYEY SAND, J SANDY CLAY W RD-BR F. CLAYEY ` SAND 3150 3190 F- W W W 0 3170 3150 EAST SIDE ( LOOKING EAST) EXISTING GROUND B-4 SURFACE 8-8 PROPOSED RESERVOIR BOTTOM BR. F CLAyEY g B-9 ` TAN SR. B- 16 SANDY CLAY RD. SRTAN i PINK ANDY �. CLAY, F. CLAYEY SAND (CALICHE) RD-OR F. CLAYEY SAND r-- FIGURE 4 GENERALIZED SUBSURFACE STRATIGRAPHY NORTH 81 EAST SIDES SWL 89-308 HORIZONTAL SCALEt O 200 400 600 FEET SOUTH SIDE (LOOKING SOUTH) 3180 B-15 B-14 B - 16 (JR. F. CLAYEY SAND I- RD.-SR., TAN, PINK SANDY W CLAY 9 CLAYEY SAND W U. (CALICHE) z 3160 O W J W 3140 3190 z 3170 O 3150 WEST SIDE • (LOOKING WEST) EXISTING GROUND B-I SURFACE 9-5 PROPOSED RESERVOIR BOTTOM 8-12 Cl pYEY SAND i B-I3 oft,F TAN OR. SANDY ' CLAY RD.- OR., TAN, PINK SANDY CLAY, F. CLAYEY SAND (CALICHE) RD.- BR, F. CLAYEY SAND ` (CALICHE) HORIZONTAL SCALES 0 100 200 300 FEET EXISTING GROUND SURFACE -PROPOSED RESERVOIR BOTTOM e-13 FIGURE 5 GENERALIZED SUBSURFACE STRATIGRAPHY SOUTH 8 WEST SIDES SWL 69-308 UNIT TOTAL EFFECTIVE WEIGHT STRESS STRESS STRATUM SOIL TYPE (pcf) (c, psf 00) ( c, psf �-) O Embankment fill 125 500 10 100 25 (CL,SC) 2O Ton and brown 122 700 10 100 20 sandy clay (CL) O3 Firm cal fiche 125 500 15 500 20 (CL,SC) 3240 W 3220 W U. z 3200 0 3180 W J W 3160 314 HORIZONTAL SCALE: 0 40 00 FEET ,174 FIGURE 6 RESULTS OF SLOPE STABILITY ANALYSES SECTION A (FIGURE 3) I I I _? 1 ) _ I A --_I I1 I I I I 1 I ) UNIT TOTAL EFFECTIVE WEIGHT STRESS STRESS STRATUM SOIL TYPE (Pcf) (c,paf 0*) (c,Paf o') O Embankment fill 125 500 10 100 25 (CL, SC) O Firm coliche 125 500 15 500 20 (CL,SC) 3220 (EXTERIOR ) 3140L 4 N EL. 3209 0 �O O v `9 C,; GO / \ ( INTERIOR) 3174 o I� B-16 O HORIZONTAL SCALE: 0 40 80 FEET ----------------- FIGURE 7 RESULTS OF SLOPE STABILITY ANALYSES SECTION B (FIGURE 3) SWL 69-306 U.S. Slonderd Sieve Openings In Inches U.S. Slandard Sieve Numbers Hydrametor Iliilli■I■1■■■YIIYIi■�I■■Yliii��r►`.1■I■■ 1 1 INE111 !! i■■ ■N illy■■■�IIIII■■■�11111�►1�:1�1111�■■■�1111�■■■� ,1111�■■��11111■■■�1111�■�/ �1 RANGE �■■■� , �ill�■���11111�■��1111�■� ill DISTRIBUTION, • SANDS Boom ' illy■■■�11111■■■�Itll�■/r►�I.� 111 ■■■�1 MINES �iii■■■�11111■■■�IIII�G%�'%��111■■■■�fll � ' 1111t■■■�11111■■■�fill�■■� I.�1111�■■■�1111�■■■� ' 1111�■■■�11111■■■�1111�■■�1I.►11111�■■■�Ilil�■■■� , 1111�■■■�11111■■■ell ll�■■■���!#11�■■■�1111�■■ tlll�■■■�11111■■■�1111�■■■�� 1171�■■■�1111�■■�� ' 1111�■■■� 1111■■■�1111�■■■�'�11�11�■■■�11 1�■■■� ' Ii11�■■■�11111■■��illl�■■■�:1'1�■■■� liiii■■i■�iliiiii■■i�iliiiii■■i■�i■i��ii■■i■�■■iiiii■��� ' illy■■■�11111■■!■�1111�■■■�1111�■■■�IIII�■■ice ' 1111�■■■�IIIII■■■�1111�■■■�1111�■■■�1111�■■■� . , ' 1111�■■■�ilil�■■■�1111�■■■�1 i�■■■rll � ■■■� 11111■■■�IIIII■■■�tt111■■■�1��1�■■■�11�1�■■■� . . Groin Size In Milllmelors GRAVEL I— S A N 0 Coors@ Fine Coarse Medium Flne SLIT or CLAY Unified Sell Ctoasificalion $yel@m- Corps of Inoinoors, U.S. Army FIGURE 8 . RANGE OF GRAIN -SIZE DISTRIBUTION, ON -SITE COVER SANDS Ism 89-3nA SOUTHWESTERN LABORATORIES A P P E l Field Proce Boring Logs Test Pit Lc —— 1 vmjr-4) SOUTHWESTERN LABORATORIES FIELD PROCEDURES A total of 16 test borings were drilled and 4 test pits excavated at the site between April 18 and 25, 1989 at the approximate locations shown in the Boring Location Diagram, Figure 3 in Appendix A. A truck -mounted, rotary drilling rig was used to advance the borings and to obtain samples for laboratory evaluation. A tractor -mounted backhoe was used to excavate the test pits. The drilling sampling operations were performed under the supervision of a SwL engineering geologist. Final boring locations and ground surface elevations were furnished by B&V personnel. Standard Penetration Tests (SPT) were conducted at intermittent depths in each boring. This test consists of determining the number of blows required for a 140-pound hammer dropped 30 inches to drive a standard, 2-inch split barrel sampler 18 inches. The number of blows are recorded for 6-inch increments and the total for the last 12 inches is reported on the logs. LABORATORIES SOUTHWESTERN LABORATORIES s= Also at intermittent intervals, "undisturbed" specimens of cohesive soils were obtained with 3-inch diameter thin -walled, seamless, Shelby tube samplers. These soil specimens were extruded in the field and wrapped to protect them from disturbance and to maintain their in -situ moisture content. Bulk samples of representative soils were obtained from three of the four test pits as indicated on the test pit logs. All samples were removed from the sampling devices in the field (except as otherwise noted above), logged, and classified in the field by SwL's engineering geologist. The standard penetration test and tube samples were wrapped in aluminum foil, sealed in plastic and stored temporarily in core boxes at the site. The bulk samples were sealed in large plastic bags. All samples were transported to SwL's Dallas office Laboratory at the completion of the field work. Small (2-inch) diameter PVC temporary observation wells were installed in each of the four corner borings, Borings B-1, B-4, B-131, and B-16. Groundwater observations were made at these locations during the field program. SOUTHWESTERN LABORATORIES SOUTHWESTERN LABORATORIES Al1 borings were grouted with a cement-bentonite grout prior to demobilizing from the site. The temporary observation wells were removed from the test holes prior to grouting at these locations. Additional details regarding the field program are included on the test boring and test pit logs included in this Appendix. SOUTHWESTERN LABORA SwL Report No. 89-308 LOG OF BORING PROJECT: Terminal Storage Reservoir BORING NO.:13 CLIENT: Black and Veatch LOCATION: Lubbock, Texas DATE: 4/18/89 TYPE: Air Rotary CASED TO: GROUND ELEVATION: 3188.5t = w a W wo J m W W a a cn z a: r "- o � N a w o z m a H a 0 z = LEGEND: SAMPLE X STANDARD PENETRATION ♦ WATER WATER INFORMATION No seepage encountered. Two inch diameter PVC temporary observation well set at completion, dry after 48 hours DESCRIPTION OF STRATUM USCS Cx :;':✓ 4 Brown fine clayey sand (SC) 9 14 22 33 29 42 4.5 Reddish -brown to tan to pink sandy clay/fine clayey sand with chalky white calcareous material and concretions + (caliche) (CL,SC) 5 10 15 20 25 AV. 38 Reddish -brown fine clayey sand with traces of small calcareous nodules (SC) 30: 93 8.5" Tan to pink fine clayey sand with chalky white calcareous material and concretions (SC) (caliche ) 35 Bottom of Exploration at 35.0' Note: Temporary observation well removed and borehole grouted on 4/20/89 40 45 50 SOUTHWESTERN LABORATORIES SwL Report No. 89-308 LOG OF BORING PROJECT: Terminal Storage Reservoir BORING NO.: B— 2- CLIENT: Black and Veatch LOCATION: Lubbock, Texas DATE: 4/19/89 TYPE: Air Rotary CASED TO: GROUND ELEVATION: 3188.0± z =w CLU o m cn w a a z 0 0 _: 0XN aw 30 N w m a a 0 z i LEGEND: SAMPLE • STANDARD PENETRATION WATER WATER INFORMATION No seepage encountered, boring dry at completion, dry after 24 hours DESCRIPTION OF STRATUM (USCS) 6 Brown fine clayey sand (SC) 16 8 40 •33 28 -60 36 Reddish -brown to tan to pink sandy clay/fine clayey sand with chalky white calcareous material and concretions (caliche) (CL,SC) 5 to 15 20 25 Reddish -brown sandy clay (CL) .`''s .f. 50/2.5" 24 Tan to pink fine clayey sand with chalky white calcareous material and concretions (SC) (caliche) 30 35 Bottom of Exploration at 35.5' Note: Borehole grouted on 4/20/89 40 45 50 SOUTHWESTERN LABORATORIES R- r-- r— SwL Report No. 89-308 LOG OR BORING PROJECT: Terminal Storage Reservoir BORING NO.: B— 3 CLIENT: Black and Veatch LOCATION: Lubbock, Texas DATE: 4/19/89 TYPE: Air Rotary CASED TO: GROUND ELEVATION: 3184.5± z�-- M W I- s W 0 0 m >- (n _ a 2 a to z 0 a a �� ,- oa: <n ZF- 3 a w 0 �- Z J �am z W a 0 Z = LEGEND: SAMPLE X STANDARD PENETRATION WATER WATER INFORMATION No seepage encountered, boring dry at completion, dry after 24 hours DESCRIPTION OF STRATUM (USCS) 10 12 Reddish -brown to brown fine clayey sand X. 7 15 52 63 64/9.5" 73 94/11.5' Reddish -brown to tan to pink sandy clay/fine clayey sand with chalky white calcareous material and concretions (caliche) (CL,SC) 10 I5 20 25 30 35 Bottom of Exploration at 35.5' Note: Borehole grouted on 4/20/89 40 45 50 SOUTHWESTERN LABORATORIES SwL Report No. 89-308 LOG OF BORING - PROJECT: Terminal Storage Reservoir BORING NO.: B — 4 CLIENT: Black and Veatch LOCATION: Lubbock, Texas DATE: 4/19/89 TYPE: Air Rotary CASED TO: GROUND ELEVATION: 3184.0± z x w a U. o m } `n a a `n Z O w o � cn c w o v~i Z Jm a z a o z = LEGEND: ■ SAMPLE X STANDARD PENETRATION V WATER WATER INFORMATION f No seepage encountered. Two inch diameti PVC temporary observation well set at completion, dry after 48 hours DESCRIPTION OF STRATUM (USCS) 16 23 2.0 Brown fine clayey sand I (SC) 1 5 33 24 25 Reddish brown to tan to pink sandy clay/clayey sand with chalky white calcareous material and concretions I i (caliche) (CL,SC 10 IS '` :Z.*� ''!`' '' ?Z* 30 91 / 11" 34 Reddish brown fine clayey sand 20 2 5 30 Bottom of Exploration at 35.5' Note: Temporary observation well removed and borehole grouted on 4/20/89 40 45 50 SOUTHWESTERN LABORATORIES SwL Report No. 89-308 LOG OF BORING PROJECT: Terminal Storage Reservoir BORING NO.: B-5 CLIENT: Black and Veatch LOCATION: Lubbock, Texas DATE; 4/19/89 TYPE: Air Rotary CASED TO: GROUND ELEVATION: 3185.5± z =w �w wU. M M cn w a '2 < oo._ cc � — aCt(n zF- 3 <Z O cna W Z = LEGEND: ■ SAMPLE X STANDARD PENETRATION V WATER WATER INFORMATION No seepage encountered. Boring dry at completion, dry after 24 hours DESCRIPTION OF STRATUM (USCS) Brown fine clayey sand (SC) 2.5 3.5 4.5 3.5 Tan and brown sandy clay with calcareous nodules (CL) 5 10 17 43 43 Reddish brown to tan to pink sandy clay/fine clayey sand with chalky white calcareous material and concretions (caliche) (CL,SC) 15 20 .. `- . 30 92 Reddish brown fine clayey sand (SC) 30 Bottom of Exploration at 30.5' Note: Borehole grouted on 4/20/89 35 40 45 50 SOUTHWESTERN LABORATORIES SwL Report No. 89-308 LOG OF BORING PROJECT: Terminal Storage Reservoir BORING NO.: B — 6 CLIENT: Black and Veatch LOCATION: Lubbock, Texas DATE: 4/19/89 TYPE: Air Rotary CASED TO: GROUND ELEVATION:3185.5± z =w w au wo m �. cn w a a cn z X �"= oct N z � 3 aw o N z mJ Uj a "' w a o z = LEGEND: SAMPLE • STANDARD PENETRATION WATER WATER INFORMATION No seepage encountered. Boring dry at completion, dry after 24 hours DESCRIPTION OF STRATUM (USCS) Brown fine clayey sand SC 4.0 3.5 3.0 4.5 4.5 Brown sandy clay with calcareous nodules (CL) 5 10 41 40 40 21 Reddish brown to tan to pink sandy clay/fine clayey sand with chalky white calcareous material and concretions (caliche) (CL,SC) 15 2O 25 30 Bottom of Exploration at 30.5' Note: Borehole grouted on 4/20/89 35 40 45 50 SOUTHWESTERN LABORATORIES SwL Report No. 89-308 LOG OF BORING PROJECT: Terminal Storage Reservoir BORING NO.: g— 7 CLIENT: Black and Veatch LOCATION: Lubbock, Texas DATE: 4/19/89 TYPE: Air Rotary CASED TO: GROUND ELEVATION: 3182.Ot ? ►- x w �w w� 0 O m g u}i w J a. z oe-= m '' QQ\ o m En zF- 3 <Z OJ tea`.. m = 2 a z i LEGEND: ■ SAMPLE X STANDARD PENETRATION V WATER WATER INFORMATION No seepage encountered. Boring dry at completion, dry after 24 hours DESCRIPTION OF STRATUM (USCS) 7 Brown fine clayey sand (SC) 4.5 1.5 3.5 3.0 2.5 + Tan to brown mottled sandy clay with calcareous nodules (CL) 5 IO 34 34 97/10.5' 70 Reddish brown to tan to pink sandy clay/fine clayey sand with chalky white calcareous material and concretions .(caliche) (CL,SC) 15 20 25 30 Bottom of Exploration at 30.5' Note: Borehole grouted on 4/20/89 35 40 45 50 SOUTHWESTERN LABORATORIES SwL Report No. 89-308 LOG OF BORING PROJECT: Terminal Storage Reservoir BORING NO.: B — 8 CLIENT: Black and Veatch LOCATION: Lubbock, Texas DATE: 4/19/89 TYPE* Air Rotary CASED TO: GROUND ELEVATION: 3181.5± z = w w w w o m ai w a can z crg� a cr cn < Z of cna m z a z = LEGEND: SAMPLE8 X STANDARD PENETRATION V WATER WATER INFORMATION No seepage encountered. Boring dry at Y completion, dry after 24 hours DESCRIPTION OF STRATUM (USCS) ...?.: 5 Brown fine clayey sand (SC) 1.5 2.5 Tan and brown mottled sandy clay with calcareous nodules (CL) 5 10 21 22 24 42 38 Reddish brown to tan to pink sandy clay/fine clayey sand with chalky white calcareous material and concretions (caliche) (CL,SC) 15 20 25 30 Bottom of Exploration at 30.5' Note: Borehole grouted on 4/20/89 I 35 40 45 50 SOUTHWESTERN LABORATORIES SwL Report No. 89-308 LOG OF BORING PROJECT: Terminal Storage Reservoir BORING NO.: B — 9 CLIENT: Black and Veatch LOCATION: Lubbock, Texas DATE. 4/20/89 TYPE: Air Rotary CASED TO: GROUND ELEVATION: 3177.Ot z = W a U W0 -j m cn W a a cn z a a c w0 1 N z mJ Uj a a 0 z z LEGEND: ■ SAMPLE X STANDARD PENETRATION V WATER WATER INFORMATION No seepage encountered. Boring dry at completion, dry after 24 hours DESCRIPTION OF STRATUM (USCS) ' S Brown fine clayey sand (SC) 4.5 4.5 4.5 4.5 3.5 Tan and brown mottled sandy clay with calcareous nodules and materials (CL) S 10 IS 42 75 Reddish brown to tan to pink sandy clay/fine clayey sand with chalky white calcareous material and concretions (caliche) (CL,SC) 20 25 Bottom of Exploration at 25.5' Note: Borehole grouted on 4/21/89 30 38 40 45 50 SOUTHWESTERN LABORATORIES SwL Report No. 89-308 LOG OF BORING PROJECT: Terminal Storage Reservoir BORING NO.: B— 10 CLIENT: Black and Veatch LOCATION: Lubbock, Texas DATE: 4/20/89 TYPE: Air Rotary CASED TO: GROUND ELEVATION: 3177.5± = W w a. L m W a a z 0 p XF-" o � ai a W o Z J N a m ,.: 0 W 0 Z i LEGEND: ■ SAMPLE X STANDARD PENETRATION WATER WATER INFORMATION No seepage encountered. Boring dry at completion, dry after 24 hours DESCRIPTION OF STRATUM (USCS) 7 Brown fine silty to clayey sand (SC-SM) 4.5 3.0 4.5 4.5 4.5 4.5 4.5 Tan and brown mottled sandy clay with calcareous nodules and material (CL) 5 10 15 95/7.5" Reddish brown to tan to pink sandy clay/fine clayey sand with chalky white calcareous material and concretions (caliche) (CL,SC) P25 Bottom of Exploration at 25.5' Note: Borehole grouted on 4/21/89 30 35 40 45 50 SOUTHWESTERN LABORATORIES SwL Report No. 89-308 LOG OF BORING PROJECT: Terminal Storage Reservoir BORING NO.: B— 11. CLIENT: Black and Veatch LOCATION: Lubbock, Texas DATE: 4/20/89 TYPE: Air Rotary CASED TO: GROUND ELEVATION: 3180.5t = w w o w m w a (n z o " =�-— o X (n � Z m WUJ a ,. a z = LEGEND: SAMPLE$ X STANDARD PENETRATION WATER WATER INFORMATION No seepage encountered. Boring dry at Y completion, dry after 24 hours DESCRIPTION OF STRATUM (USCS) ?? ::;: •.•.• S 6 18 Brown fine clayey sand (SC) 5 20 28 36 97/9.5� Reddish brown to tan to pink sandy clay/fine clayey sand with chalky white calcareous material and concretions (caliche) (CL,SC) l0 IS 20 25 Bottom of Exploration at 25.5' Note: Borehole grouted on 4/21/89 30 35 40 45 SO SOUTHWESTERN LABORATORIES SwL Report No. 89-308 LOG OF BORING PROJECT: Terminal Storage Reservoir BORING NO.: B— 12 CLIENT: Black and Veatch LOCATION: Lubbock, Texas DATE: 4/20/89 TYPE: Air Rotary CASED TO: GROUND ELEVATION: 3181.5± ? F 1: w w of m vri J a uai Z DO� cr a a ,- o= N Z F 3 H z OJ a m i w a Z i LEGEND: ■ SAMPLE X STANDARD PENETRATION V WATER WATER INFORMATION No seepage encountered. Boring dry at completion, dry after 24 hours DESCRIPTION OF STRATUM (USCS) A. 17 26 Brown fine clayey sand to very sandy clay (SC,CL) 19 25 42 37 53 63/7" Reddish brown to tan to pink sandy clay/fine clayey sand with chalky white calcareous material and concretions -noted gravel -size fragments at 19' (caliche) (CL,SC) 5 10 15 20 25 Bottom of Exploration at 25.0' Note: Borehole grouted on 4/21/89 30 35 40 45 50 SOUTHWESTERN LABORATORIES SwL Report No. 89-308 LOG OF BORING PROJECT: Terminal Storage Reservoir BORING NO,: B - 1 3 CLIENT: Black and Veatch LOCATION: Lubbock, Texas DATE: 4/18/89 TYPE: Air Rotary CASED TO: GROUND ELEVATION: 3176.5± ? = W r0... w W W o o m g cn w a � a cn Z oa— Q Q ooc(n z ►- 3 a W o N m a w Z a o z i LEGEND: ■ SAMPLE X STANDARD PENETRATION WATER WATER INFORMATION No seepage encountered. Two inch diameter observation well set at completion, dryafter 48 hours DESCRIPTION OF STRATUM 25 Brown fine clayey sand (SC) X. X. 15 16 23 25 27 39 98/9" Reddish brown to tan to pink sandy clay/fine clayey sand with chalky white calcareous material and concretions (caliche) (CL,SC) 5 t0 t5 20 25 Bottom of Exploration at 25.0' Note: Temporary observation well removed and borehole grouted on 4/20/89 30 35 40 45 50 SOUTHWESTERN LABORATORIES ------------- SwL Report No. 89-308 LOG OF BORING PROJECT: Terminal Storage Reservoir BORING NO.: g— 14 CLIENT: Black and Veatch LOCATION: Lubbock, Texas I DATE: 4/18/89 TYPE: Air Rotary CASED TO: GROUND ELEVATION: 3177.5±1 ? x W a W of m > Vf W a a fn Z a a o CrN a W 0o E' Z J Nm (L "" z d o Z i LEGEND: ■ SAMPLE X STANDARD PENETRATION WATER WATER INFORMATION No seepage encountered. Boring dry at completion, dry after 24 hours DESCRIPTION OF STRATUM (USCS) 7 Brown fine clayey sand (SC) 9 32 28 36 66 100/9" Reddish brown to tan to pink sandy clay/fine clayey sand with chalky white calcareous material and concretions (caliche) (CL,SC) 5 IO 15 20 25 Bottom of Exploration at 25.0' Note: Borehole grouted on 4/21/89 i I 30 35 40 45 50 SOUTHWESTERN LABORATORIES SwL Report No. 89-308 LOG OF BORING PROJECT: Terminal Storage Reservoir BORING NO.: B— 15 CLIENT: Black and Veatch LOCATION: Lubbock, Texas DATE: 4/18/89 TYPE: Air Rotary CASED TO: GROUND ELEVATION:3176.5± ?►- = W � W a W W o of M fn _j n, a (n z o2 a a '- 0 X(n zF- 3 a W o F- z J W m a "- z W a o z a x LEGEND: SAMPLE X STANDARD PENETRATION V WATER WATER INFORMATION No seepage encountered. Boring dry at completion, dry after 24 hours DESCRIPTION OF STRATUM 8 7 Brown fine clayey sand with small calcareous nodules (SC) 5 19 21 24 31 44 67 Reddish brown to tan to pink sandy clay/fine clayey sand with chalky white calcareous material and concretions (caliche) (CL,SC) 10 IS 20 25 Bottom of Exploration at 25.5' Note: Borehole grouted on 4/21/89 30 3S 40 45 50 SOUTHWESTERN LABORATORIES SwL Report No. 89-308 LOG OF BORING PROJECT: Terminal Storage Reservoir BORING NO.: B — 1 6 CLIENT: Black and Veatch LOCATION: Lubbock, Texas DATE: 4/18/89 TYPE: Air Rotary CASED TO: GROUND ELEVATION: 3173.5t z = W a s W _j m in W d c cn z p O _; m ►- � o ct a W o N z m a 4. z W a. o z i LEGEND: N SAMPLE X STANDARD PENETRATION V WATER WATER INFORMATION No seepage encountered. Two inch diameter observation well set at completion, dry after 48 hours DESCRIPTION OF STRATUM (USCS) '. 97/8.5" 2.5 Brown fine clayey sand (SC) 44 16 61 47 68 50/1"* Reddish brown to tan to pink sandy clay/fine clayey sand with chalky white calcareous material and concretions (caliche) (CL,SC) 5 10 IS 20 25 Bottom of Exploration at 25.0' *THD - Cone Penetrometer Test Note: Temporary observation well removed and borehole grouted on 4/20/89 30 35 40 45 50 SOUTHWESTERN LABORATORIES SwL Report No. 89-308 TEST PIT LOG PROJECT: Terminal Storage Reservoir TEST PIT No.: TP-7Texas CLIENT: Black and Veatch LOCATION: Lubbock DATE: 4/20/89 TYPE: Backhoe GROUND ELEVATION: 3184.0± Z = W �- W CL oU J N W Q N o_ H z a LEGEND: X FIELD DENSITY TEST MOISTURE SAMPLE WATER INFORMATION No seepage encountered, dry upon completion p DESCRIPTION OF STRATUM WSW ` Brown fine clayey sand (SC) 2 Reddish brown to tan to pink sandy clay/fine clayey sand with chalky white calcareous material and concretions (caliche) (CL,SC) 4 6 8 10 Bottom of Exploration at 10.1' Test pit backfilled in series of compacted 12" lifts 12 14 16 IS 20 SOUTHWESTERN LABORATORIES SwL Report No. 89-308 TEST PIT LOG PROJECT: Terminal Storage Reservoir TEST PIT No.: 'rP — 2 CLIENT: Black and Veatch LOCATION: Lubbock, Texas DATE: 4/20/89 TYPE: Backhoe GROUND ELEVATION:3183.0t W a w o m m N a e O a cr w a LEGEND: X FIELD DENSITY TEST MOISTURE SAMPLE WATER INFORMATION No seepage encountered, dry upon completion DESCRIPTION OF STRATUM :? X. XX Brown fine clayey sand (SC) Reddish brown sandy clay to fine clayey sand.with embedded caliche nodules i (CL,SC) 4 6 8 IO Bottom of Exploration at 10.0' Test pit backfilled in series of compacted 12" lifts 12 14 16 I8 20 SOUTHWESTERN LABORATORIES SwL Report No. 89-308 TEST PIT LOG PROJECT: Terminal Storage Reservoir TEST PIT No.: 'TP— 3 CLIENT: Black and Veatch LOCATION: Lubbock, Texas DATE: 4/20/89 TYPE: Backhoe GROUND ELEVATION: 3179.0± _ = W ~ W w� 0 J m H W a N O_ F- � z a LEGEND: X FIELD DENSITY TEST MOISTURE SAMPLE WATER INFORMATION No seepage encountered, dry upon completion p DESCRIPTION OF STRATUM (USCS) Brown fine silty to clayey sand (SC -SHY 2 Reddish brown fine clayey sand (SC) X. Reddish brown to tan to pink sandy clay/fine clayey sand with chalky white calcareous material and concretions (caliche) (CL, SC) 4 6' 8 IO Bottom of Exploration at 10.5' Test pit backfilled in series of compacted 12" lifts 12 14 16 18 20 SOUTHWESTERN LABORATORIES SwL Report No. 89-308 TEST PIT LOG PROJECT: Terminal Storage Reservoir TEST PIT No.: TP — 4 CLIENT : Black and Veatch LOCATION: Lubbock, Texas DATE: 4/25/89 TYPE: Backhoe GROUND ELEVATION: 3179.0+ Z M W a U. wo o CO N _ a o a r- Z a LEGEND: X FIELD DENSITY TEST MOISTURE SAMPLE WATER INFORMATION No seepage encountered, dry upon completion DESCRIPTION OF STRATUM (USCS) ' ::- ...: Brown clayey sand (SC) 2 Reddish brown fine silty to clayey sand with embedded caliche nodules (SC-SM) 4:'' Reddish brown to tan to pink sandy clay/fine clayey sand with chalky white calcareous material and concretions (caliche) (CL SC) r 8 10 Bottom of Exploration at 10.2' Test pit backfilled in series of compacted 12" lifts 12 14 16 18 20 SOUTHWESTERN LABORATORIES SOUTHWESTERN LABORATORIES APPENDIX C: LABORATORY TESTING PROGRAM Laboratory Testing Procedures Summary of Tests Grain Size Distribution Curves Consolidation Tests Swell Tests Compaction Tests Triaxial Tests Table Cl: Summary of Fixed -Wall Permeability Test Results Flexible -Wall Permeability Tests Carbonate Content Tests Loss -On -Ignition Tests Organic Impurities Test Results Page C-1 C-3 C-7 C-41 C-43 C-44 C-47 SOUTHWESTERN SOUTHWESTERN LABORATORIES LABORATORY TESTING PROCEDURES In the laboratory, representative samples obtained from the test borings were selected for testing. The tests were performed in accordance with ASTM procedures and the results are presented in the following pages in this Appendix. Classification and Consistency. Atterberg Limits were used to evaluate the plasticity characteristics of the soils and these were used in conjunction with grain size analyses and minus No. 200 sieve tests to classify the materials by the Unified Soil Classification System (USCS). Natural moisture contents and unit dry weights were performed in conjunction with many of the Atterberg Limits tests. Compaction Tests. Three Standard Proctor compaction tests were run on representative bulk samples of the materials from the test pits. These were run in accordance with procedures outlined in ASTM D 698. Compressibility. Consolidation tests were performed to evaluate the compressibility characteristics of the MTHWESTERN LABORATORIES SOUTHWESTERN LABORATORIES 0.;,. in -situ soils. A standard load -increment ratio of two was used for these tests. Shear Strength. The shear strengths of the in -situ soils were evaluated by unconfined and triaxial compression tests. Undrained, (i.e., end -of -construction) design parameters for natural soils were developed using unconfined compression tests. Consolidated, undrained triaxial shear tests with pore pressure measurements were run to evaluate the steady seepage (i.e., long-term) strength parameters of the natural and fill soils. Fixed and flexible wall permeability tests were run on representative samples of in -situ and remolded soils. Organic contents of several samples were obtained by Loss -on -ignition tests. Thecarbonate content of several samples were obtained by the acid -soluble weight loss method using a dilute (10 percent) HC1 solution. One sample of the cover sand being considered for use in soil -cement was tested for organic impurities using procedures included in ASTM C 40. SOUTHWESTERN LABORATORIES SOUTHWESTERN LABORATORIES conducted on uate pertinent necessary, are SOUTHWESTERN LABORATORIES LABORATORIES SwL Report No. 89-308 SUMMARY OF TESTS PROJECT: Terminal Storage Reservoir - Lubbock, Texas CLIENT: Black & Veatch DATE: 5/3/89kjL Y ~ W I- U) W Z N N n W 0. o U W N N W a = N c� n z� z z 0 o o z Q BORING NUMBER DEPTH (FEET) TYPE OF MATERIAL 7 PASSING NO. 200 SIEVE MOISTURE CONTENT (%) DRY DENSITY (pCf) ATTERBERG LIMITS LINEAR SHRINKAGE (%) LL PL PI B-1 7-8 Reddish brown. Reddigh hrnwn- tan and pink sandy clay 19-20 Reddish brown tan and pink sandy clay 6 - 29-301 Reddish brown fine njaypy sand 14Rl 12 B-2 4-5 Reddish brown tan ink sandy clay 72.9 19 14-15 Reddish brow 49.2 12 B-3 2-3 Reddish brown to brown fine clayey sand 42.0 13 7-8 Reddish brown tan ink sandy clay 55.0 17 19-20 47.8 Reddish brown tan ink fine clayey sand 15 B-4 2-3 Brown B-5 2-3 Brown fine clayey 4-5 Tan and brown sandy clay 13 7-8 Tan and brown sandy clay 1 13 1 111 1M6TYWitT1rR LABORATORIES SwL Report No. 89-308 SUMMARY OF TESTS PROJECT: Terminal Storage Reservoir - Lubbock, Texas CLIENT Black & Veatch DATE: 5/3/89 ~ W a:U) I- fn W N fn Q.Z w a: a o U W 7) N W a^ N n z L Z c0i O z Q N BORING NUMBER DEPTH (FEET) TYPE OF MATERIAL % PASSING N0. 200 SIEV MOISTURE CONTENT (%) DRY DENSITY (pcf) ATTERBERG LIMITS LINEAR SHRINKAGE (%) LL PL PI B-5 9-10 Tan and brown sandy clay 16 41 18 23 10 19=20 Reddish brown. B-6 4-5 Brown sandy clay 74.7 22 19-20 44.8 1 Reddish brown tan ink fine clayey B-7 3-4 Tan to brown sandy clay 13 30 17 13 1 5 7-8 1 Tan to brown sandy clay 19-20 Reddish brown tan ink sandy clay 55.4 13 B-8 4-5 Tan and brown sandy clay 67.5 1 20 87 32 17 15 1 7 1.170 6.7 14-15 Reddish brown tan. pink sandy clay 57.1 17 B-9 3-4 Tan and brown sand clay - 13 116 9-10 Tan to gray sandy clay 58.5 19 101 40 19-20 Reddish brown tan ink sandy clay 58.2 13 B-10 4-5 Tan and 9-10 Tan and brown sandy clav , 1 �_ __ > > � , "24 ,_ _17 17 ,7 s rzz I I I I I I I '--j --- _ I I ---------- -. LABORATORIES SwL Report No. 89-308 SUMMARY OF TESTS PROJECT: Terminal Storage Reservoir - Lubbock, Texas CLIENT: Black & Veatch DATE: 5/3/89 ~ W cc � to u, ^ > N U) a W cr a M W U) N W t L N a zcc z U- z O v C Z a BORING NUMBER DEPTH (FEET) TYPE OF MATERIAL ' PASSING NO. 200 SIEV' MOISTURE CONTENT (%) DRY DENSITY (pcf) ATTERBERG LIMITS LINEAR SHRINKAGE (%) LL PL PI B-11 1-5.5 Brown fine clayey sand 13 25 17 8 3 7-8 Reddish brown, tan, pink sandy clay 61.2 16 19-20 Reddish brown tan ink sandy clay 54.4 15 B-12 2-3 Brown very sandy clay 51.5 13 _ Reddish brown, tan, pink sandy clay 66.8 15 19-20 Reddish brown, tan, pink fine clayey sand 26.5 11 B-13 0-1 Brown fine clayey sand 29.2 5 9-10 Reddish brown tan ink sandy clay 58.5 12 B-14 0-1 Brown fine clayey sand 37.1 13 9-10 Reddish brown. tan. pink sandyclay 52.9 20 B-15 2-3 Brown fine clayey sand 41.3 11 9-10 Reddish brown tan ink sandy clay 59.1 17 B-16 1-2 1 Brown fine clayey sand 46.5 9 31 17 14 6 38.1 ed%"1rU ree*eoN LABORATORIES SwL Report No. 89-308 SUMMARY OF TESTS PROJECT: Terminal Storage Reservoir - Lubbock, Texas CLIENT: Black & Veatch DATE: 5/3/89 ~ W I- (A W � N n w Cr a o W N N W Cr ^ Zn z LjL z c0i o `- z a N BORING NUMBER DEPTH (FEET) TYPE OF MATERIAL %PASSING NO. 200 SIE MOISTURE CONTENT (/o) DRY DENSITY (PC0 ATTERBERG LIMITS LINEAR SHRINKAGE (/o) LL PL PI B-16 19-20 Reddish brown tan. Rink fine sandy cla 52.4 1 TP-1 2.5-10 Reddish brown tan ink fine clayey 42.6 sand 40 18 22 10 TP-3 0-1.7 Brown fine silty to clayey sand 43.0 22 17 5 2 TP-4 2.2-4.4 Brown fine silty to clayey sand 39.3 22 17 1 5 2 GRAIN SIZE DISTRIBUTION U.S. S►anderd Sieve Openings In Inches U. S. Standard Sieve Numbers Hydrometer 100 3 2 11121 9 6 10 1416 20 30 40 SO 70 100 140 200 2700 0 90 10 s0 120 s 70 30 i • s 3 ; i 60 ♦0 > A • C - v w SO s0 a a • ♦0 60 Y • • 90 70 L 20 s0 10 vo 0 100 so 10 s 1 O.s 0.1 0.05 0.01 0.005 00 0.001 Grain Size in Millimeters GRAVEL SAND Slli or CLAY coarse Fine Cearse Medium Fine Unified Sell Classification System • Corps of Engineers, U.S. Army SAMPLE DESCRIPTION : Reddish brown, tan, pink sandy clay (caliche SAMPLE LOCATION: Boring B-1, Depth 7-8' GRAIN SIZE DISTRIBUTION U.S. Standard Sieve Openings In Inches U. S. Standard Sieve Numbers Hydrometor .. Ilillll■I■i■iiri:.11!�■I■�Yl_yllill■�I■■i YlYill■■� 11■■■■� 1111�■■■�11111■■�■■ iiii�:■■�� 11■■■■���11■■■■� 1111■■■■�11111■■■�1111�■�■�1111■■■■milli■■■■� 1111■■■■�IIIII■■■�IIII�■■►\�1111■■■■�IIII■■■■� , tlll�■■■�11111■■■�1111�■■���1111■■■■�IIII■■■■� 1111�■■■�11111■■■�1111�■■■�illl■■■■�1111■■■■� , 1111■■■■�11111■■■�Ilii�■■■1�1111■■■■�1111■■■■ ills■■■■�11111■■■�1111�■■■�� 11■■■■�1111■■■■� 1111■■■■�IIII�■■■� 111�■■■ ����11■■■■�IIII■■■■� IIII�■■■�11111■■■��illo■■■� 1111■■■■�1111■■■■■■ 1111■■■■�I1111■■■�1111�■■■�1��1■■■■�1111■■■■� ilil�■■■�IIIII■■■�1111�■■■�1111■■■■�IIII■■■■, III1�■■■�11111■■■�IIII�■■■�1111■ ■■ 11■■ � 1111�■■■�IIIII■■■�11111■■■�1111■■■■ 1111■■ �� , IIII�■■■�11 11■■■�IIII�■■■�1111■■■■�Ilil�■■■� .1111�■■■�11�1�■■■OIIII�■■■�111�■■■■�1 1��■■■� 1111�■■■�11111■■■�1111�■■■�1111■■■■�1�11�■■■� ,1111�■■■�11111■■■�11111■■■�1111■■■■�1111�■■■� , IIII�■■■�IIIII■■■�1111�■■■���11■■■■�1111�■■■ 1 1 I . Grain Size in Millimeters GRAVEL SAND I Coarse Fine Coarse Medium Fine fllT or CLAY Unified fell Classification System- Corps of Engineers, U.S. Army SAMPLE DESCRIPTION : Reddish brown, tan, pink fine clayey sand (caliche) SAMPLE LOCATION: Boring B-1, Depth 19-201 GRAIN SIZE DISTRIBUTION U.S. Slandard Sieve Openings In Inches U. S. Slandard Sieve Numbers MydromsIsr 100 3 7 1 1 3 4 6 1 1416 20 30 40 SO 70 100 140 200 2700 0 90 10 g0 40 s f 70 30 ,60 40 J A - s0 s0 • L • • 40 60 30 70 10 s0 10 90 fl+0 100 100 SO 10 5 1 0.5 0.1 0.05 0.01 .0 S 0.001 Grain Six* in Millimeters GRAVEL SAND SILT or CLAY Coarse Fine lCoorse Medium Fine Unlfiod Soil Classification System- Corps of Engineers, U.S. Army SAMPLE DESCRIPTION Reddish -brown fine clayey sand SAMPLE LOCATION: Boring B-1 Depth GRAIN SIZE DISTRIBUTION U.S. Standard Suva Openings In Incl►as W S. Standard Sieve Numbers Hydrometer Illlil■I■0001Ii ii''0"M ONii11ii01■i1111■I11 ' 11111■■�111 ■■■ IIII■■■■�11111■■■�1111�■■C��II�I■■■■�1�11 ONE IIII�■■■�IIIII■■■�Ifll�■■■►�1111■■■■�1111■■■■� 1111■■■■�11111■■■�illl�■■■ 71111■■■■�1111■■■■� , ' 1111■■■■�IIII�■■■�1111�■■■��111■■■■�1111■■■■� . illy■�■�11111■■■�illi�■■■�11�1■■■■�1111■■■■� , 1111�■■�11111■■■�ilil�■■■�1111■■■■�1=11■■■�� 1111�■■■�11111■■■�1111�■■■�1111■■■■�111■■■ � , .1111 ■■■�11111■■■�1111 ■■■� 11■■■■�1 il■■■■r 1111�■■■�11111■■■�1111�■■■���11■■■■1001�11■■■■� 1111�■■■�11111■■■�111�■■■�1111■■■■�IIII■■■■ ' Ifll�■■■r11111■■■�1�11�■■■�1111■■■■�iill■■■■ ' ilia■■■�1111�■■■�iill�■■■ 1111■■■■�iill�■■■� • �111�■■■�Ii111■■■�1111�■■■�1111■■■■� 1111�■■■�11111■■■�1111�■■■�1111■■■■r 111■■■■� 1111�■■■�IIII�■■■�1111�■■■�Il11■■■■��11�■■■■� 1111�■■■�ilil;■�:�1111�■■■�1111■■■■�1111�■■■� illy■■■�1111 ■ �11111■■■�1111■■■■�11�1�■■■� . . 1111�■■■�1111�■■■�111��■■■�1111■■■■mil �■■■� .1111�■■■�11111■■■�11111■■■�1111■■■■�Iil��■■■� .. .. Grain Sise in Millimeters GRAVEL SANG SILT or CLAY Coarse I Coarse Medium I Fine I Ll unified $oil -19 sstlrcation System- Gorps of Enpineors. U.S. Army SAMPLE DESCRIPTION c Reddish -brown, tan, pink sandy clay (caliche) SAMPLE LOCATION: Boring B-1, Depth 4-5' i v r IL GRAIN SIZE DISTRIBUTION S. Standard Slave Openings In Inches U. S. Standard Sieve Numbers Mydremeter r r -j r Iillili■i■1■►�■YIIY11■■i■■■Ii111�11■■I■■. . YIY I■■ 111■■■■� it ■■■ir ...- ---• ---- ■■��� ■ ■ 1111■■■■�1111■■■�Illl�i��■OIL i 1111■■■■�11111■■■�1111�■�■�1111■■■■�1111■■■■� , ' IIII�■■■�IIIII■■■�1111�■■►��1111■■■■�IIII■■■■� IIII�■■■�_Ii111■■■�1111�■■���1111■■■■�IIII■■■■�_ , lily■■■�1i111■■■�1111�■■■���11■■■■��111■■■■� 'lily■■■�11111■■■�1111�■■■►� 11■■■■�1 1■■■■� ' 1111�■■■�11111■■■�1111!■■■ �, ��ll■■■■�I��1�■■■� 1111�■■■�11111■■■�IIII�■■■�Ilil■■■■� 111�■■■� ' 1111�■■■�11111■■■�1111�■■■�1111■■■■��111■■■■� ' I111�■■■�IIIII■■■�IIII�■■■�1111■ ■■�illl�■■■� ' .1111�■■■�11111■■■�iill�■■■�1111■ ■■�1111■■■■� , 1111�■■■�11111■■■�1111�■■■�1111■■■■�1111�■■■� 1111�■■■�11111■■■�1111�■■■�1111■■■■�1 11�■■■� , 'lily■■■�11111■■■�1111�■■■�1111■■■■�1�11■■■■� 1111�■■■�11111■■■�illl�■■■�1111■■■■�1111�■■■� , ' 1111�■■■�1111�■■■�111��■■■� 1■■■■�1 It■■■ .11111■100 so■■�11111■ 1111�■■■����1■■■■�1��1�■■■� Grain Size in Millimeters GRAVEL SILT or CLAY SAND I Casa FIn• Coars• Medium Flna v Unified Soil Classification System- Corps of Engineers, U.S. Army SAMPLE DESCRIPTION : Reddish -brown, tan, pink fine clayey sand (caliche) SAMPLE LOCATION: Boring B-2, Depth 14-15' wr r Qn_oAu I r%A Vr . �i�i SRO GRAIN SIZE DISTRIBUTION U. S. Standard Sieve Openings in inches U. S. Standard Siva Numbers Hydrants ttr ' ' Ilillil■I■i■■■YIIYI�r��iliii\■■I■■IIYI 111■■�ilil■■■■� ' ■■■�11111■■■�1111�■■■�illl�■■■�1111■■■■� ,1111� ■ 1 ■■ �111 � 1111■■■■�IIII■■■■� ' IIII�■ ■�1111 ■ 11111■■, � ■■ 1 ■ IIIi�■■■�IIIII■■■� 1�■■\1�1111■■ III ■■■ � , ' IIII■■■■�11111■■■�1111�■■■�1111■■■■�1111■■■■� IIII�■■■�11111■■■�1111�■■■1�1111■■■■�1111■■■■� , 11111■■■�I1111■■■�1111�■■■\�1111�■■■�IIII■�■■� .1111�■■■�11111■■■�IIII�■■■l��1111�■■■�IIII■ ■■M 1111�■■■�11111■■■�Iill�■■■��1111■■■■�11�1■■■■� 1111�■■■�IIIII■■■�1111�■■■��111■■■■�IIIi�■■■� ' 1111�■■■�I1111■■■�1111�■■■�11�1■■■■�1111�■■■� . , ' 1111�■■■�_11111■■■�1111�■■■�1111■■■■�1111■■■■� ' 1111�■■■�IIIII■■■�1111�■■■�1111■■■■�IIIII■■■� , 1�■■■�1111■■■■�IIII�■■■= ,1111�■■■�1111�■■■�1111�■■■�1111■■■■�1111�■■■ 1111�■■■�IIII�■■■�illl�■■■�i111■■■■�11111 ■■� ' 1111�■■■�IIIII■■■�1111�■■■�1111■■■■�1111■■■■� . ' 1111�■■■�1111�■■■�11;1�■■■�1111■■■■�111��■■■� ' .1111�■■■�IIIII■■■�11 11■■■�1111■■■■�IIIi1■■■� •. •• Grain SI:• in Millimeters GRAVEL I SAND I SLIT or CLAY Ceara• fine Coors* Madium fine Unified Sell Clessificatlon System- Corps of Engineers, U.S. Army SAMPLE DESCRIPTION Reddish brown to brown fine clayey sand SAMPLE LOCATION : Boring B-3, Depth 2-3' GRAIN SIZE DISTRIBUTION U. S. Standard Sieve Openings In Inches U. S. Standard Sieve Numbers Hydromet• r 100 3 2 1 1 3 4 10 416 20 30 40 SO 70 100 14 2 7 0 0 90 10 s0 20 c 70 30 i 0 0 t.60 � 40 >• a O C 7 • w SO $O • 40 60 Y • Y • ]0 70 to so 1 10 90 O 100 SO FF 10 S 1 O.S Ed 1 O.OS 0. 00 0.001 Grain Site in MiilimeIors GRAV EI. SAND SILT or CLAY Coarse Flne Cootie Modium IFine Unified Soil Classification System- Corps of Engineers, U.S. Army SAMPLE DESCRIPTION Reddish -brown tan pink sandy clay caliche SAMPLE LOCATION: Boring B-3 Depth 7-81 nwrr. GRAIN SIZE DISTRIBUTION U.S. Slanderd Sieve Openings in Inches U. S. Standard Sieve Numbers Hydrometer 1 1 I I r r 1 ' ' Ilillli■I■r�iiu!1YI!��I�!■YIi111�11■■I■■1 IYlil■■mil 1■■■ � ' IIII■■■■�IIIIir■■�IIII�ii►1■�i��l■■■■�II�1■■■�� 'illy■■■�IIII ■■■�1111�■�■�1111■■■■�1111■■■■� ' i 1111■■■■�111 ■■■�1111�■■■�1111■■■■�Iill■■■■� ' 1111�■■■�_11111■■■�1111�■■���1111■■■■�1111■■■■� ' lli�■■� 1111;■■■�1111�■■■��1111■■■■�1111■■■■� , 11 � ■ �I 1 ■■■�1111�■■��1111■■■■�=111■■■■� .1111�■■■�11111■■■�1111�■■■�1111■■■■� 111■■■■�_ , ilil�■■■�IIIII■■■�11110■■■i 1■■■■��111■■■� 1111�■■■�I1111■■■�111�■■■�ilwrl■■■■� 111■■■�� ' 1111i■■■m11111■■■mt�ll�■■■�1111■■■■��111■■ ' 1111�■■■�Illli■■■�1111�■■■�1111■ ■■�1111■■ � ' 1111�■■■�11111■■■�IIIII■■■dill■■■■ r �IIII�■ � , IIIi�■■■�IIIII■■■�1111�■■■�Ii=1■■■■�1111�■■■� 1111�■■■�1111�■■■�1111�■■■�li I■■■■�1111�■■■� , 1111�■■■�IIII�■■■�1111�■■■�1111■■■■�IIII�■■■� 1111�■■■�IIIII■■■�1111�■■■�1111■■■■�1111�■■■� .. 1111�■■■�IIIi�■■■�1111�■■■�1111 ■■■�1111■■ ■� 1l11�■■■�IIIII■■■�1l11�■■■�l111■■■■�1111■■�■� r r Grain Size In Millimeters GnAV E l SAND SILT or CLAY Coors• iln• Ceara_ Medium_ Fine Unified Sell Classification System • Corps of Engineors, U,S. Army I SAMPLE DESCRIPTION : Reddish brown, tan, pink fine clayey sand (caliche) SAMPLE LOCATION : Boring B-3, Depth 19-201 r GRAIN SIZE DISTRIBUTION U.S. Standard Sieve Openings In Inches U. S. Standard Sieve Numbers Mydrome to r 100 3 2 1 1 3 I 6 1416 20 30 40 SO 70 100 1♦ 2fill 7 0 fill I 0 90 11 10 fi0 20 i 70 30 i P O 60 40 J � P C V • - so so e 40 60 30 70 20 t0 10 90 0 too 100 SO 10 S 1 0.5 0.1 0.05 0.01 .0 S 0.001 Grain $tu In Millimeters GRAVEL SAND SILT or CLAY Coarse Fine Coarse Medium I Fine Unified Soil Classification System- Corps of Engineers, U.S. Army SAMPLE DESCRIPTION : Brown fine clayey sand SAMPLE LOCATION: Boring B-4 Depth 2-3 GRAIN SIZE DISTRIBUTION U.S. Standard Slave Openings In Inches U. S. Standard Stove Numbers Hydremetor • ' II■f■1■■■�iili�6■� • r• HIi�■■I�■I YlYlii■■� 111■■■■� �lll�■■■�11111■■■��111�■■■�� 11■■■■� 111■■■■� ' IIII�■■■�11111■■■�1111�■■►��1111■■■■�I it■■■■� ' ,1111�■■■�11111■■■�IIII�■■\��1111■■■■�I 11■■■■� , 1111�■■■�IIIII■■■�1111�■■■�1111■■■■�IIII■■■■� IIII�■■■�11111■■■�1111�■■■►�1111■■■■�I MINE I111�■■■�IIIII■■■�illl�■■■\�1111■■■■�1 ■■■� IIII�■■■�IIIII■■■�Illlo■■■\71111■■■■�1 ��■■■■� ' 1111�■■■�11111■■■� 1 1�■■■� �111■■■■� 111 ■■■� ' 1111�■■■�11111■■■��1�1�■■■�I�I.1■■■■��111■■■■� ' 1111■■■■�11111■■■�IIII�■■■�1111■■■■�IIII■■■■� illy■■■�11111■■■�1111�■■■�1111■■■■�1111■■■■� . , ' 111�■■■�11111■■■�1111�■■■�1111■■■■�IIII ■■■� �111�■■■�IIIII■■■�1111�■■■�1111■■ 'illy■■■�IIIII■■■ �■ ���1111 OEM� �1111 ■■�1111■■■■�1111�■■■� 1111�■■■�IIII�■■■�1111�■■■�1111■■■■�1111�■■■� . illy■■■�IIIII■■■�IIII�■■■�1111■■■■� 11�■■■� illy■■■�IIIi�■■■�IIII�■■■�1111■■■■� 11�■■■� . 1111�■■■�1111�■■■�1 1��■■■� 11■■■■�III��■■■� • 1111�■■■�IIIII■■■�1�11�■■■���11■■■■�1111�■■■ Grain Site in Millimoters GRAV El I SAND Fine Coarse Medium fine SLIT or CLAY Unified Sell Classification System- Corps of Engineers, U.S. Army SAMPLE DESCRIPTION Reddish brown tan ink sandy clay caliche SAMPLE LOCATION: Boring B-4, Depth 9-101 GRAIN SIZE DISTRIBUTION U.S. Standard Stove Openings In Inches U. S. Standard Sieve Numbers Hydromotor 100 3 2 1 1 7 4 6 1 1416 20 30 40 SO 70 100 140 2 2700 0 90 10 RO 20 i 70 )0 s p p 60 40 � o p � . e • .M SO Spat c_ a o � 10 Y 60 • Y • 30 70 20 RD 10 90 0 -L-1— Too SO — ----- 10 S 1 0.5 0.1 0.05 0.01 0.005 too 0.001 Grain Site in Millimeters GRAVEL SAND SILT or CLAY Coarse Fine Coorse Medium Fine Unified Sell Classification System- Corps of Engineers, U.S. Army SAMPLE DESCRIPTION : Reddish brown fine clayey sand SAMPLE LOCATION: Boring B-4, Depth 19-20' ^---- GRAIN SIZE DISTRIBUTION U.S. Standard Sieve Openings in Inches U. S. Standard Sieve Numbers Hydrometer 100 3 2 1 1 3 6 10 1416 20 30 40 SO 70 100 140 200 2703 0 0 90 10 s0 20 s 70 30 r • p 60 40 > a a p 7 + SO SO i e rr 40 V 60 i • • a. 3C 70 20 s0 10 90 0 IE 100 100 SO 10 S 1 0.5 0.1 0.05 0.01 .0 S 0.00E Grain Site in Millimeters GRAVEL SANG SLIT or CLAY Coarse fine Coarse Medium I Fin Unified Soil Classification System • Corps of Engineers, U.S. Army SAMPLE DESCRIPTION: Reddish brown, pink, tan sandy clay (caliche) SAMPLE LOCATION : Borin B-5 De th 19-20' ' ' iilllii■f■i■i■��liii:'ail■■YI�II�11■■I■■IlYllilll■■�1111■■■■� IIII�■■■�illll■�■�IIII���■�1111■■■■�IIII■■■■� illy■■■�I1111■■■�IIII��►��1111■■■■�1111■■■■� , Illy■■■�I1111■■■_illy■■\�1111■■■■�IIII■■■■� ' I111�■■■�11111■■■�II11�■■■� = 11�1■■■■�1111■■■■O , ' Illy■■■�11111■■■�1111�■■■�ii�l■■■■�IIII■■■■� , 1111�■■■�III11■■■�1111�■■■�1111■■■■�IIII■■■■� 'Illy■■■�11111■■■�IIII�■■■�1111■■■■�1111■■■■� 1111�■■■�I1111■■■�1111�■■■�1111■■■■�1111■■■■� , Illy■■■�I1111■■■�11110■■■�1111■■■■�1111■■■■� 1111�■■■�I1111■■■�1111�■■■�1111■■■■�IIII■■■■� , ' Illli■■■�IIIII■■■�11111■■■�1111■■■■�1111■■■■� 1111�■■■�11111■■■�illl�■■■�1111■■■■�1111�■■■� , .1111�■■■�1111�■■■�11111■■■�1111■■■■�11111■■■� , Illy■■■�11111■■■�1111�■■■�1111■■■■�IIII�■■■m 1111�■■■�1111�■■■�1111�■■■�1111■■■■�IIII■■■■ Illy■■■�11111■■■�1111�■■■�1111■■■■�illl■■■■ ' .Illy■■■�11111■■■�illl�■■■�1111■■■■�1111�■■■ illy■■■�1111�■■■�1111�■■■�1111■■■■�IIII■■■■� ' ,illy■■■�11111■■■�11111■■■�1111■■■■�1111■■■■� „ SAMPLE DESCRIPTION : Brown sandy clay SAMPLE LOCATION : Boring B-6, Depth 4-5' GRAIN SIZE DISTRIBUTION U.S. Standard Slows Openings in Inches U.S. Standard Sieve Numbers Mydromosor too 3 2 1 1 3 4 6 10 14 16 20 30 40 SO 70 100 140 200 270 0 0 90 10 r0 20 i 70 30 s O p 60 40 , J d w c • SO i SO o • o 40 Y 60 c • • 30 70 20 r0 10 90 00 /oo SO 10 S 1 0.5 0.1 0.05 0.01 .0 S 0.0101 Grain $Ise In Millimeters GRAVEL SAND SILT or CLAY Course Fine Coarse Medium Fine Unified Soil Classification System- Corps of Engineers, U.S. Army SAMPLE DESCRIPTION Reddish brown, tan, pink fine clayey sand (caliche) SAMPLE LOCATION: I 1 I Boring B-6 De th 19-20' I Ii i �- GRAIN SIZE DISTRIBUTION U.S. Standard Sieve Openings in Inches U.S. Standard Sieve Numbers Hydrometor 100 3 2 IV21 3 4 6 10 14 16 20 30 40 SO 70 100 110 200 270 0 0 90 10 EO 20 c 70 s 30 w 3 ; 60 40 r a � w - v c • ";so-- 50 • 0 • 10 Y 60 • Y • L • L 30 70 20 s0 10 90 0 100 50 10 5 TfT 1 0.5 0.1 0.05 0.01 0.0 S 00 0.001 Groin Size in Millimeters GRAVEL SAND SILT or CLAY Course Fino Coors* Medium IFine Unified Soil Classification System- Corps of Engineers. U.S. Army SAMPLE DESCRIPTION s Reddish brown tan . vink sandy clay (caliche) SAMPLE LOCATION: Boring B-7 Depth 19-201 GRAIN SIZE DISTRIBUTION i U.S. Standard Sieve Openings In Inches U. S. Standard Sieve Numbers Hydrem• to r 100 3 2 i 1 3 6 10 14 16 20 30 40 SO 70 too 14 200 270 3 0 0 90 10 20 s0 c 70 30 3 ; 60 40 I A • C • SO i SO e 40 60 30 70 2u •0 10 90 0 100 SO 10 S 1 0.5 0.1 0.05 0.01 0.005 1100 0.001 Grain Size in Millimoters GRAVEL SAND Slli or CLAY Coors* FIn• Coarse Medium Fine Unified Sell Classification System- Corps of Inaineers, U.S, Army SAMPLE DESCRIPTION Reddish brown tan pink sandy clay SAMPLE LOCATION : Boring B-8 Depth 14-15' t i 1 1 > 1 r_ r,_._ 3 —r GRAIN SIZE DISTRIBUTION U.S. Standard Sieve Openings in Inches U. S. Stonderd Sieve Numbers Hydreme to 100 3 2 1 V2 1 3 6 10 1416 20 30 40 SO 70 100 140 200 2700 0 90 10 s0 20 s 70 30 l � s 3 3 '.60 40 � v c • 30 s0 i 40 Y 60 r • e 30 70 20 •0 10 90 0 J I I I -,-IT-+. 00 100 50 10 s 1 0.5 0.1 OAs 0.01 0.0 S 0.001 Grain Size in Millimeters GRAVEL SANG SIIT or CIAY Coarse Fine Coarse Medium IFine Unified Soil Classification Syslem- Corps of Engineers, U.S. Army SAMPLE DESCRIPTION Reddish brown, tan, pink sandy clay (caliche) SAMPLE LOCATION Boring B-9 Depth 19-20' GRAIN SIZE DISTRIBUTION U. S. Standard Slav Openings in Inches U. S. Standard Sieve Numbers Hydremets r ' ' iliilli■I■1■ii',IIYII■■i■�YIIIII�II■■i■■IIYIYiII■■�1111■■■■� IIIi�■■■�IIIi:'�■��11111■■■�1111■■■:�IIII■■■■� , 1111�■■■�11111■■i�iiiis�\■�illl■■■ �IIII■■■■� IIII�■■■�11111■■■�11111■■�i�llll■■■■�Ilil■■■■� , IIIi�■■■�11111■■■�1111�■■\��1111■■■■�IIII■■■■� IIII�■■■�IIIII■■■�1111�■■�\�1111■■■■�IIII■■■■� , 1111�■■■�IIIII■■■�1111�■■�1�1111■■■■�IIII■■■■� illy■■■�11111■■■�I111�■■��1111■■■■�1111�■■■� , .1111�■■■�IIIII■■■�II11�■■■►�1111■■■■�1111�■■■� 1111�■■■�IIIII■■■�IIII�■■■��1111■■■■�1111■■■■� 1111�■■■�11111■■■�1111�■■■i►\IIII■■■■�1111�■■■� 1 1111�■■■�11111■■■�illl�■■■�il�l■■■■�IIII�■■■� , 1111�■■■�11111■■■�1111�■■■�1111■■■■� 111�■■■� illy■■■�11111■■■�11111■■■�1111�■■■� UNION� 1 illy■■■�IIIII■■■�11111■■■�1111■■■■�1111�■■■� 1111�■■■�11111■■■�1111�■■■�1111�■■■�111��■■■� , 1111�■■■�11111■■■�1111�■■■�1111■■■■�1111�■■■� illy■■■�11111■■■�11111■■■�1111■■■■�1111�■■■� , .illy■■■�I1111■■■�11111■■■�1111■■■■�IIII�■■■ I r Grain Slsa in Millimeters Gf1AVEl SAND Coarse Fine Coarse Medium Fine Sllf or CLAY Unified Soil Classification System- Corps of Engineers, U.S. Army SAMPLE DESCRIPTION = Brown fine clayey sand SAMPLE LOCATION: Borin B-11 Depth 1-5.5' I 1 I 1 1 -1 1 GRAIN SIZE DISTRIBUTION U.S. Standard Sieve Openings in Inches U. S. Standard Sieve Numbers Hydromotor ' IIii111■I■1■■■�IIYIiir��iiiiii�\■I■■ 1 1 I■■� 11■■■■� ' III■■■�IIIII■■■�111 ■■M ■\■��1�1����11■■■■� 1 1� , 1111�■■■�11111■■■�11111■■►��1111■■■■�I111■■■■� IIII�■■■�IIIII■■■■■IIII�■■��OIIII■■■■_Ilil■■■■� , ' 1111�■■■�11111■■■�1111�■■■�1111■■■■�IIII■■■■� 1111;■■■�11111■■■�1111�■■■►�1111■■■■�iill■■■■� , 1111 ■■■�11111■■■�IIIII■■■�����11■■■ � 111■■■■� illy■■■�11111■■■�1111�■®■�..�I■■■���111■■■■� ' 1111�■■■�11111■■■�1111�■■■� 111■■■ �1111■■■■� ' 11111■■■m11111■■■m1111l■■■m111■■■��1111■■■■� 1111�■■■�11111■■■�1111�■■■�1111■■■■� 11■■■■ 11■■■�11111■■■�1111�■■■�1111■■■■���NIEMEN ' 11���■■■�IIIII■■■�11111■■■�illl ■■� 11 ■ ■� . ,1111�■■■�11111■■■�11111■■■�1111 ■■� �� ■ ■� , I111�■■■�I1111■■■�11111■■■��111■■■■�I111� ■� ,1111�■■■�1111�■■■�1111�■■■�■ 111■■■■�1 11�■■■� 1111�■■■�11111■■■�1111�■■■�1111■■■■� 11■■■■� 1111�■■■�11111■■■�11111■■■�1111■■■■�� ■� 1111�■■■�1111�■■■�1111�■■■�1111■■■■�ill��■■■� .1111�■■■�IIIII■■■�IIII�■■■�1111■■■■�1111■■■■� r . Grain six* in millimeters GRAVEL SAND Ceers• Fine Coors• Medium Fine SILT or CLAY Unified Sell Classification System- Corps of Engineers, U.S. Army SAMPLE DESCRIPTION : Reddish brown, tan, pink sandy clay (caliche) SAMPLE LOCATION: Boring B-11, Depth 7-8' oar nATt:. GRAIN SIZE DISTRIBUTION U.S. Standard SI*v* Openings in Inch*@ U. S. Standard $love Numbers Hydrometer 100 3 2 1 1 3 4 6 1 14 lA 20 30 40 SO 70 100 110 200 2 320 0 90 10 20 s0 c 70 P 30 P 3 +0 3 > 00 > P • SO � .o SO • L • 40 _ 60 P 30 70 20 s0 10 90 0 100 100 SO 10 S GRAVEL Coarse Fin* Coarse Unified 1 0.5 0.1 0.05 0.01 0.0 S Grain Size in MilHnteter• SAND SILT or CLAY Medium Fin* Soil Classification Sysl*nt- Corpsof Enpin*ers, U.S. Army 0.001 SAMPLE DESCRIPTION Reddish brown tan ink sandy clay c SAMPLE LOCATION Boring B-11 De th 19-20' - _I - -_-1 _ 1 _I - I _I I - i 1 I - -) I . I '1 1 1 1 1 ) ' ' Iliilli■I■i■iiii:III■il■■YIi111�11■■I■■IlYllllli■■�1111�■■■� ' IIIi�■■■�IIIIIiii!l1111��■■�1111�■■■�IIII�■■■� 11111■■■�11111■■■�IIII�.�■■�1111�■■■�IIII�■■■� , ' 11111■■■�illll■■■�IIIII■►■�1111�■■■�1111�■■■� , 1111�■■■�11111■■■�1111�■■►\�IIIIS■■■�IIII�■■■� III1�■■■�IIIII■■■�IIII�■■� 11111■■■e11111■■■�11111■■■�illi�■■■�1111�■■■� �1111�■■■�1111�■■■� , 1111�■■■�11111■■■�1111�■■■�'llll�■■■�I111�■■■� 1111 ■■■�11111■■■� 111�■■■i`►�1111�■■■�IIII�■ ■� ' ' 1111�■■■�11111■■■��1111■■■�i:�i�■■■�11111■■■� ' 11111■■■�11111■■■�1111�■■■�1111�■■■�I1111■■■� ' IIII�■■■�IIIII■■■�11111■■■�1111�■■■�Ilil�■■■� IIII�■■■�illl�■■■�IIII�■■■�1111�■■■�illl�■■■� .. 1111�■■■�IIIII■■■�IIIII■■■�1111�■■■�1111�■■■� 1111�■■■�11111■■■�illl�■■■�1111�■■■�IIII�■■■� , ' 1111�■■■�11111■■■�1111�■■■�1111�■■■�1111�■■■� , 11111■■■�IIIII■■■�11111■■■�1111�■■■�IIIII■■■� IIIII■■■�11111■■■�11111■■■�1111�■■■�11111■■■� , , iiiii■■iiiiiii■■ii■Iiiiii■■i�iiii■i■iiliii�■■�� , SAMPLE DESCRIPTION = Brown very sandy clay SAMPLE LOCATION: Boring B-12 Depth 2-3' ' ' Iliilii■I■1■i■■�IIIi�■ri�iii�■■li■IlYllillf■■�IIII■■■■� ' .1111�■■■�11111■■■�11111■\��1111■■■■�1111■■■■� , illy■■■�II111■■■�1111�■■■ �1111■■■■�Irll■■■■� ' illy■■■�11111■■■�1111�■■■�IIII■■■■�IIII■■■■� I111�■■■�11111■■■�IIII�■■■►�1111■■■■�IIII■■■■� , , IIII�■■■�Iiill■■■�1111�■■■►71111�■■■�IIII■■■■� Ilil�■■■�IIIII■■■�11111■■■�:1�1■■■■�1111■■■■� 1111�■■■e11111■■■�1111�■■■�11�1■■■■�IIII�■■■� ' , 1111�■■■�IIIII■■■�1111�■■■�1111■■■■�1111�■■■� 1111�■■■�11111■■■�1111v■■■OIIII■■■■�1111■■■■� ' , 1111�■■■�IIIII■■■�Iill�■■■�1111■■■■�1111�■■■� ' IIII�■■��II111■■��1111�■■��1111■■■��1111■■■�� ' IIII�■■■�IIIII■■■�1111�■■■�1111■■■■�IIII�■■■� ' , 1111�■■■-11 11■■■�IIIII■ ■�1111■■■■�1111�■■■� .1111�■■■�11r11■■■�1111�■■■�1111■■■■�1111�■■■� 1111�■■■�11111■■■�1111�■■■�1111■■■■�1111�■■■� ' 1111�■■■�IIIII■■■�illl�■■■�1111■■■■�IIII�■■■� ' , 1111�■■■�1111�■■■�1111�■■■�111■■■■�1111�■■■� .1111�■■■�11111■■■�IIIII■■■�1�11■■■■�Ilrl�■■■� .. DESCRIPTION: ReddishSAMPLE brown, I I Illilii■I■Ii■■YIIYIi■il■�YIii11i1i■�I■■IlYllllif�■�1111■■■■� I I IIII�■■�\�illll■■■�1111�■■■�1111■■■■�1111■■■■� IIII�■■�,,�11111■■■�11111■■■�111■■■■�1111■■■■� , 11111�■■■\�11111■■■�11111■■■�1111■■■■�1111■■■■� , 1111�■■■.�IIIII■■■�1111�■■■�111■■■■�1111■■■■� I , iiiii■■■��IIII■■■�1111��■■�1111■■■■�1111■■■■� 1111■■■■�11111■■■�1111�■�■�1111■■■■�IIII■■■■� , 1111�■■■�IIIII■■■�1111�■�■�1111■■■■�IIII�■■■� ilii�■■■�11111■■■�11111■■\��1111■■■■�1111■■■■� , 1111�■■■�IIIII■■■�1111�■■�1�1111■■■■�IIII�■■■� 11111�■■■�11111■■■�1111�■■■►�1111■■■■�1111�■■■� 1111�■■■�11111■■■�IIII�■■■�1111■■■■�1111■■■■� . , � 11111�■■■�IIIII■■■�1111�■■■ , 1111�■■■�11111■■■�1111�■■■e....l■■■■�IIII�■■■� ���11■■■■������■■■� , 1111�■■■�1111�■■■�1111�■■■�1111■■■■�1111�■■■� IIII�■■■�IIIII■■■�1111�■■■�1111■■■■�1111�■■■� 11111�■■■�1111�■■■�1111�■■■�1111■■■■�111�t■■■� 1111�■■■�11111■■■�illi�■■■�1111■■■■�1111�■■■� , I I III■■■�11111■■■�IIIII■■ ■�1111■■■■�1111�■■■�I I , SAMPLE LOCATION: Boring Depth GRAIN SIZE DISTRIBUTION U, S. Standard Siove Openings In Inches U. S. Standard Sieve Numbers Hydrorne to r 100 7 2 11/2 1 6 14 16 20 70 40 SO 70 100 110 200 27 320 0 90 10 t0 20 70 30 O p ,60 40 C .o 50 50 • f• • 40 v 60 ra 30 70 : 20 •0 10 90 0 100 100 SO 10 S 1 0.5 0.1 0.05 0.01 .0 5 0.001 Groin Size in Millimeters GRAVEL SAND SIIT or CIAY Coarse fin• coarse Medium fine Unified Sell Classification System- Corps of Engineers, U.S. Army SAMPLE DESCRIPTION Brown fine clayey sand SAMPLE LOCATION Boring B-13, Depth 0-11 GRAIN SIZE DISTRIBUTION U.S. Standard Sieve Openings in Inches U. S. Standard Sieve Numbers Hydrometo r too 3 1 1 1 3 6 10 1416 20 30 40 SO 70 100 14 200 2700 0 90 10 go 20 s 70 30 w s 3 3 60 40 > A � c v • • SO i SO a L i et 40 V 60 i • H • a 30 70 • L 20 g0 10 90 0 TFF 100 SO 10 5 1 O.S 001 0.05 0.01 0.005 00 0.001 Grain Size in Millimeters GRAVEL SAND SILT or CLAY Caere, Fine Coors• Medium Fine Unified Soil Classification System• Corps of Engineers, U.S. Army SAMPLE DESCRIPTION : Reddish brown tan pink sandy clay (caliche) SAMPLE LOCATION: Boring B-13, Depth 9-106 GRAIN SIZE DISTRIBUTION U. S. Standard Sieve Openings in inches U. S. Standard Sieve Numbers Hydrom•for 3 4 1 1 3 4 6 1 1416 20 30 40 SO 70 100 140 200 7 0 0 i00 90 10 RO 10 s 30 s TO •_ O 3 3 60 40 , a t • so 50 0 40 V 60 • V • • 30 70 i0 40 10 90 0 100 50 10 S 1 0.5 0.1 0.05 0.01 0.0 S 00 0.001 Grain Six* in Millimeters GRAVEL SAND SIIT or CLAY Course Fine Corse Medium IFine Unified Soil Classification System • Corps of Engineers, U.S. Army SAMPLE DESCRIPTION Brown fine clayey sand SAMPLE LOCATION: Boring B-14 Depth 0-1' GRAIN SIZE DISTRIBUTION U.S. Standard Sieve Openings In Inches U. S. Standard Sieve Numbers Hydrants tor 3 2 1 1 3 1 14 16 20 30 40 SO 70 100 140 20 02 70 320 0 100 90 10 s0 20 i 70 30 t es i o .. 40 a 60 > A 0► SO SO e 40 Y 60 • 30 70 20 so 10 90 0 00 1��0-00 100 SO 10 S 1 0.5 0.1 0.05 0.01 0.0 S Grain Size in Millimeters GRAVEL SAND SLIT or CLAY course Flne Course Medium I Flno Unified Soil Classification System- Corps of Engineers, U.S. Army SAMPLE DESCRIPTION : Reddish brown, tan, pink sandy clay (caliche) SAMPLE LOCATION : Boring B-14, Depth 9-10' GRAIN SIZE DISTRIBUTION U.S. Standard Siove Openings In Inches U, S. Standard Sieve Numbers Mydrome to r 100 3 2 1 1 3 4 6 W 1416 20 30 40 50 7p 100 140 200 2 70 320 0 90 10 t0 20 i 70 30 i P P 60 40 a > a P v e so C so e 40 V 60 • e 30 70 20 t0 10 90 0 100 100 so 10 s 1 0.5 0.1 0.05 0.01 0.0 S 0.001 Grain Slso in Millimeters GRAVEL SAND SILT or CLAY Coarse Fin• coat 64-7 Medium Fine Unified Soil Classification System- Corps of Engineers, U.S, Army SAMPLE DESCRIPTION : Brown fine clayey sand SAMPLE LOCATION : Boring B-15, Depth 2-3' GRAIN SIZE DISTRIBUTION U.S. Standard Sieve Openings In Inches U.S. Standard Sieve Numbers Myd ram• to r 100 3 2 1 3 4 6 1 1416 20 30 40 SO 70 100 140 200 70 320 0 90 10 s0 20 ku 1 70 30 O1 O 00 40 s > w c � so so � ; 40 Y bo • • 30 70 L 20 so 10 90 0 100 100 SO 10 S 1 0.5 0.1 0.05 0.01 FOW 0.001 Grain Size in Millimeters GRAVEL SAND SILT or CLAY Coarse Flne Coarse Medium Fine IL Unified Soil Classification System- Corps of Engineers, U.S. Army SAMPLE DESCRIPTION Reddish brown, tan, pink sandy clay with concretions (caliche) SAMPLE LOCATION: Boring B-15 Depth 9-101 GRAIN SIZE DISTRIBUTION U.S. Standard $lov Openings In Inches U. S. Standard Sieve Numbers Hydrometor 100 3 2 1 3 4 6 1 1416 20 30 40 SO 70 100 140 200 7 0 0 90 10 80 20 s 70 30 P a 60 40 s a c v • SO SO • ► 49 40 60 V ► 30 70 20 s0 10 90 0 100 100 SO 10 S 1 0.5 0.1 0.05 0.01 .0 S 0.001 Grain Sine in Millimeters GRAVEL SAND Slli or CLAY course fin• Costs* Medium Fine Unified Soil Classification System- Corps of Enpineors, U.S. Army SAMPLE DESCRIPTION : Reddish brown ink tan fine clayey sand with concretions caliche SAMPLE LOCATION: Boring B-16, De th 7-8' GRAIN SIZE DISTRIBUTION U.S. Standard Sieve Openings in Inches U.S. Standard Sieve Numbers Hydrometer 100 3 2 1 1 3 6 10 1416 20 30 40 50 70 100 140 200 2700 0 90 10 20 so i 70 a 30 i s 60 40 P C SO e 7 • w • SO 40 Y 60 e V • 30 70 20 •0 To--- 0 00 100 50 10 5 GRAVEL course Flne Course Unified 1 0.5 0.1 0.05 0.01 0.0 S Grain Six* in Millimeters SAND Sili or CLAY Medium Fine Soil Classification System- Corps of Engineers, U.S. Army 0.001 SAMPLE DESCRIPTION : Reddish brown, tan, pink clayeysand with concretions (raliche SAMPLE LOCATION: Borin B-12 Depth 19-20' GRAIN SIZE DISTRIBUTION U.S, Standard Siove Openings In Inches U.S. Standard Sieve Numbers Hydrants tor 100 3 2 1 3 4 6 1 14 16 20 30 40 SO 70 100 140 200 7 0 0 90 10 t0 20 t 70 30 t P O 60 40 > o A i w SO SO • • 40 Y 60 • t ` 30 70 20 s0 10 90 0 .100 too SO 10 S 1 0.5 0.1 0.05 0.01 0.005 0.001 Grain Site in Millimeters GRAVEL SANG SILT or CLAY Coarse Fine Coarse Medium Fin• Unified Soil Classification System- Corps•of Engineers, U.S. Army SAMPLE DESCRIPTION Brown fine clayey sand with concretions (caliche) SAMPLE LOCATION : Test Pit TP-1, Depth 2.5-10' U.S. Standard 100 3 2 1 GRAIN Sieve Openings In Inches 1 3 SIZE DISTRIBUTION U. S. Standard Sieve Numbers Hydrometo r 4 16 20 30 40 SO 70 100 140 200 7 0 0 90 10 so 20 i 30 c 70 • p 40 60 I t w e SO SO v • • 40 Y 60 ati • • 30 70 L 20 so 10 11 90 IT 100 50 Coarse 10 S GRAVEL fin• Coarse Unified ift 1 o.S 0.1 0.05 0.01 0.0 s Grain Six* in Millimeters SAND SLIT or CIAy Medium fin• Sell Classification System- Corps of Engineers, U.S. Army 1100 0.001 SAMPLE DESCRIPTION Brown fine silty to clayey sand SAMPLE LOCATION Test Pit TP-3, Depth 0-1.71 ' 111111■�■1■i��iiiiiii■ii�i�iii�■■i■■IlYliilli■■�1111■■■■� ' IIII�■■■�11111■■■�1111�■�■�1111■■■■�1111■■■■� 1111�■■■�11111■■■�11111■■ ■�1111■■■■�IIII■■■■� , IIII�■■■�II111■■■�11111■■►■�1111�■■■�IIII■■■■� ' , 1111�■■■�11111■■■�IIII�■■�\�1111■■■■�IIII■■■■� ' 1111�■■■�11111■■■�1111�■■�1�1111■■■■�1111■■■■� , 1111�■■■�11111■■■�1111►■■■�1111■■■■�IIII�■■■� IIII■■■■�11111■■■�1111�■■■\�1111�■■■�IIII�■■■� ' , 1111�■■■�11111■■■�1111�■■■\�111■■■■�111 �■■■� 1111�■■■�11111■■■�1111!■■■ �■1�11■■■■�III�■■■■� ' ' Iill�■■■�11111■■■�II11�■■■��1111■■■■�1111 ■■■� 1111�■■■�11111■■■�1111�■■■���NI�■■■�1111■■■■� ' IIII�■■■�IIIII■■■�11111■■■�Ii�i�■■■�11 1�■■■� ' 1111�■■■�11111■■■�11111■■■�1111�■■■�II�1 � ■■ �� ' 1111�■■■�IIIII■■■�1111�■■■ 1111�■■■ellil�■■■�1111�■■■�1111■■■��1111�■■�� ' IIII�■■■�11111■■■�1111�■■■�1111■■■■�1111�■■■� 1111�■■■�IIIII■■■�1111�■■■�1111■■■■�IIII�■■■� ' ., 1111�■■■�Iill�■■■�1111�■■■�111■■■■�1111�■■■� 1111�■■■�I1111■■■�1111�■■■�1�11■■■■�1111�■■■� . , , Reddishbrown No Text e CONSOLIDATION TEST ( VOID RATIO VS. LOG VERTICAL PRESSURE) 0.1 0.5 1.0 o.0 Iu o0 VERTICAL PRESSURE (TSF) BORING NO. R-5 DEPTH 9-10' CC = 0.16 M AT E R I A L_ Tan and brown sandy c lay CS = 0.023 MOISTURE CONTENT DRY UNIT WEIGHT . 1 LL 41 PL 18 PI 2 0 637 eo = 17 % Po = 0.59 tsf 01 pcf PC = 2.� tsf 3 Cv - 18 x10'cml/sec. (avg.) - SOUTHWESTERN LABORATORIES I I I I I f l 1, I I I I I ] , i I No Text COMPACTION TEST RESULTS -6 8 10 12 14 16 18 MOISTURE CONTENT - LIQUID LIMIT 22 MATERIAL: Brown fine silty to clayey sand PLASTICITY INDEX 17 TYPE COMPACTION: Standard (ASTM D-698) LINEAR SHRINKAGE 5 REMARKS: Maximum dry density=115.4 pcf at wopt=12.2% SAMPLE LOCATION BORING TP-3 , DEPTH 0-1.7' REF. SWL 89-308 I DATE t 5/16/89 No Text y a a vi N W W cc cr N N W X O a f W Q x > O W a. c C PRO,IEC.T Terminal Storage Reservoir NO-1 89-308 BORING NO.: B-5 DEPTH: 7-81 LIQUID LIMIT: - PLASTIC LIMIT: - SOIL CLASSIFICATION: Tan and brown sandy clay TYPE OF TEST: Consolidated-undrained (multi -stage) RATE OF STRAIN: 0.001 in min. FAILURE CRITERIA: Max. Deviator Stress TEST DESIGNATION: 0 ■ • O WATER CONTENT, % 17.3 J a DRY DENSITY, PCF 104.0 I— ? SAMPLE HEIGHT, IN. 5.45 5.21 4.99 SAMPLE DIAMETER, IN. 2.88 - - TOTAL CELL PRESSURE, PSI 60 70 90 FINAL BACK PRESSURE, PSI 50 50 50 EFFECTIVE CONSOLIDATION PRESSURE PSI 10 20 40 FINAL WATER CONTENT, % - - 19.6 RE M A R KS:Sample saturated prior to initial consolidation (B=0.97); pore pressure measured during shear AXIAL STRAIN, % MENOMONEE c-= 5.9 psi Effective: 20. NEENEEN 4.8 ps EPSAN I w-MANN'b4LEENE 0 10 20 50 40 50 60 NORMAL STRESS, PSI TRIAXIAL TEST RESULTS SOUTHWESTERN LABORATORIES t' N a 20 a ui W W (r M � H N N N W D: a a 10 W M jW a c 20 PROJECT Terminal Storage Reservoir NO.: _ 0 BORING NO.: Tp-1 DEPTH:2.5-10' LIQUID LIMIT: 40 PLASTIC LIMIT: 18 Reddish brown, tan, pink fine SOIL CLASSIFICATION: clayey sand TYPE OF TEST: cnsolidated-Undrained (Multi -stage) RATE OF STRAIN: 0.001 in min FAILURE CRITERIA: Maximum Deviator Stress TEST DESIGNATION: 0 ■ ♦ O WATER CONTENT, % 15.8 J a DRY DENSITY, PCF 105.7 ? SAMPLE HEIGHT, IN. 5.7 5.58 5.49 SAMPLE DIAMETER, IN. 2.8 2.84 2.85 TOTAL CELL PRESSURE, PSI 105 115 135 FINAL BACK PRESSURE, PSI 95 95 95 EFFECTIVE CONSOLIDATION PRESSURE PSI 10 20 40 FINAL WATER CONTENT, % - I - 20.7 REMARKS. Specimen remolded to 95.8% Standard Proctor; specimen back pressure saturated prior to initial consolidation '(B=0.97� pore pressures measured during shear 5 10 15 20 AXIAL STRAIN, % EFFECTIVE 250 c 0.9 psi MEMO E ME 00 20- 30 40 — 50 C NORMAL STRESS, PSI TRIAXIAL TEST RESULTS 60 7( SOUTHWESTERN LABORATORIES 30 i y a 20 a vi N W W O � N y N W x IL a IO gr > O W a o 0 a.,. 20 a N co W D: F- H I0 Q = Ili CFC O PROJECT Terminal, Storage Reservoir NO.: 89-308 BORING NO.: TP-3 DEPTH , LIQUID LIMIT: 22 PLASTIC LIMIT: 17- SOIL CLASSIFICATION: Brown fine silty to clayey sand TYPE OF TE ST:Consolidated-Undrained (Multi -Stage) RATE OF STRAIN: 0.001 in./min. . FAILURE CRITERIA: Max, Deviator Stress TEST DESIGNATION: 0 ■ • O WATER CONTENT, % 13.5 - - J 4 DRY DENSITY, PCF 111.8 - - H ? SAMPLE' HEIGHT, IN. 5.65 5.58 5.48 SAMPLE DIAMETER, IN. 2.80 2.82 2.84 TOTAL CELL PRESSURE, PSI 95 105 125 FINAL BACK PRESSURE, PSI 85 85 85 EFFECTIVE CONSOLIDATION PRESSURE PSI 10 20 40 FINAL WATER CONTENT, % - - 1 18.0 REMARKS: Sample remolded to 97% Standard Proctor (ASTM D-698) at Wopt + 1.3%, sample backpressure saturated prior to test B=1.0 0 5 10 15 20 AXIAL STRAIN, % INEENE0.4FAREEN Effective 2§- PENNON NEENEEP.AdIENEEMEN NONE P-AMENNEEN gas bqqwEE'EEE INN Apo A010 MON WPM 914A d qhk E 0 N ki lk E 0 0 0 N E rfJormili'vNERIENEEN 0 10 20 30 40 50 60 NORMAL. STRESS, PSI TRIAXIAL TEST RESULTS SOUTHWESTERN LABORATORIES TO �- t 6C a 4C a us a W W ¢ ¢ 7 f- cc N y N W a a a 2C W > 0 W a c 40 C MEMO MEMO NOME Nofmo MAINE EFAF INN, O'EINE rAINIME W�Izm AXIAL STRAIN, % PROJECT' Terminal Storage Reservoi NO.: 89-308 BORING NO.: TP-4 DEPTH- 2.2-4.4' LIQUID LIMIT: 22 PLASTIC LIMIT: 17 SOIL CLASSIFICATION: Brown fine silty to clayey sand TYPE OF TEST: Consolidated-Undrained (Multi -Stage) RATE OF STRAIN: 0.001 in./min. FAILURE CRITERIA: Max. Deviator Stress TEST DESIGNATION: 0 ■ O WATER CONTENT, % 12.4 - - J a DRY DENSITY, PCF 115.9 - - t ? SAMPLE HEIGHT, IN. 5.65 5.42 5.12 SAMPLE DIAMETER, IN. 2.85 2.91 3.00 TOTAL CELL PRESSURE, PSI 100 110 120 FINAL BACK PRESSURE, PSI 90 9- 90 EFFECTIVE CONSOLIDATION PRESSURE PSI 10 20 40 FINAL WATER CONTENT, % - - 12.9 RE M A R KS:Sample remolded to 98% Standard Proctor (ASTM D-698) at Wopt + 0.6%, sample backpressure satured prior to test (B=0.97) c=2psi MEMENE.F.E', Effective si NONE MENEENAPAVE MENEM NEEMP'44— M,.-E MENEM ENE"o FL4.d--- Er'doWITIAME 20 40 60 90 100 NORMAL STRESS, PSI TRIAXIAL TEST RESULTS 120 141 SOUTHWESTERN LABORATORIES gOIJTHWFSTFRN LABORATORIES li I� Coefficient of Permeability (cm/sec) 3.Ox10-8 8.2x10-8 SOUTHWESTERN LABORATORIES PROJECT Terminal Storage Reservoir NO. 89-108 BORING NO.: TP-1 DEPTH: 2.5-10' LIOUID LIMIT: 40 PLASTIC LIMIT: 18 PLASTICITY INDEX 22 SOIL CLASSIFICATION! Reddish brown, tan, pink fine clayey sand (caliche) WATER CONTENT, % 15.8 TOTAL CELL PRESSURE, PSI 100 J a DRY DENSITY, PCF 105.7 FINAL BACK PRESSURE, PSI 95 ? SAMPLE HEIGHT, L, CM. 14.48 TOP BURETTE PRESSURE,PSI 90 DIAMETER, CM. 7.112 BOTTOM BURETTE PRESS., PSI 95 [SSAMPLE AMPLE AREA, A,SQ. CM 39.73 cm DIFFERENTIAL HEAD, H, CM 352 TEMPERATURE, CO 220c FINAL WATER CONTENT, REMARKS. Specimen remolded to 95.8% Standard Proctor; Specimen back pressure saturated prior to test (B=0.97) W (D Q U N 20 c 0 0 HAT E MENNEN 20 40 60 80 TIME, T, MINUTES FLEXIBLE WALL PERMEABILITY TEST RESULTS SOUTHWESTERN LABORATORIES PROJECT: Terminal Storage Reservoir`, NO.: 89-308 BORING NO.: TP-4 DEPTH: 2.2-4.4' LIQUID LIMIT: 22 PLASTIC LIMIT: 17 PLASTICITY INDEX: 5 SOIL CLASSIFICATION: Brown fine silty to clayey sand WATER CONTENT, % 12.4 TOTAL CELL PRESSURE, PSI 95 J a DRY DENSITY, PCF 115.9 FINAL BACK PRESSURE, PSI 90 ? SAMPLE HEIGHT, L, CM. 14.35 TOP BURETTE PRESSURE,PSI SAMPLE DIAMETER, CM. 7.24 BOTTOM BURETTE PRESS., PSI 90 SAMPLE AREA, A,SQ. CM 41.16 DIFFERENTIAL HEAD, H, CM 352 TEMPERATURE, CO 20 FINAL WATER CONTENT, % 12.9 REMARKS c Sample remolded to 98% Standard Proctor (ASTM D-698) at Wopt + 0.6%; sample backpressure saturated prior to test (B=0.97) K= LO HAT.... .... .... .... .... .... .... .... .... .... K= 5.9x10-8 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . C7S EC :::: :.:: :::: : :: ::.. .... :.:: :::. :::: .... .... 0. 0 10 20 30 40 50 TIME, T, HOURS FLEXIBLE WALL PERMEABILITY TEST RESULTS SOUTHWESTERN LABORATORIES PROJECT: Terminal Storage Reservoir NO.: 89-308 BORING NO.: TP-3 DEPTH: 0-1.7' LIQUID LIMIT: 22 PLASTIC LIMIT: 17 PLASTICITY INDEX: 5 SOIL CLASSIFICATION: Brown fine silty to clayey sand WATER CONTENT, % 13.5 TOTAL CELL PRESSURE, PSI 90 J a DRY DENSITY, PCF 111.8 FINAL BACK PRESSURE, PSI 85 f- ? SAMPLE HEIGHT, L, CM. 14.35 TOP BURETTE PRESSURE,PSI 80 SAMPLE DIAMETER, CM. 7.11 BOTTOM BURETTE PRESS., PSI 85 SAMPLE AREA, A,SQ. CM 39.72 DIFFERENTIAL HEAD, H, CM 352 TEMPERATURE, Co 20 FINAL WATER CONTENT, % 18.0 REMARKS ' Sample remolded to 97% Standard Proctor (ASTH D-698) at Wopt + 1.3%; sample backpressured prior to test (5=1.0) LQ.... .... .... .... ... .... .... .... .... K=HAT :::: :::: :::: :::: .... .... .... K = 2.1 x 10-6Cm 0 20 40 60 80 100 120 . 140 TIME, T, MINUTES FLEXIBLE WALL PERMEABILITY TEST RESULTS SOUTHWESTERN LABORATORIES PROJECT: Terminal Storage Reservoir NO.: 89-308 BORING NO.: TP 3 & TP 4 DEPTH: 0-1.7' & 2.2-4.4' LIOUID LIMIT: 22 PLASTIC LIMIT: 17 PLASTICITY INDEX: 5 SOIL CLASSIFICATION! brown fine silty to clayey sand mixed with 4% dry bento ite WATER CONTENT, % 15.3 TOTAL CELL PRESSURE, PSI 100 J a � DRY DENSITY, PCF 109.4 FINAL BACK PRESSURE, PSI 95 = SAMPLE HEIGHT, L, CM. 6.73 TOP BURETTE PRESSURE,PSI 90 SAMPLE DIAMETER, CM. 7.112 BOTTOM BURETTE PRESS., PSI 95 SAMPLE AREA, A,SQ. CM 39.73 DIFFERENTIAL HEAD, H, CM 352 TEMPERATURE, Co 20 FINAL WATER CONTENT, % 19.8 REMARKS : Soil sample mixed with 496 bentonite (Volclay Bentonite* as percentage of dry soil weight; sample compacted to dry density of approximately 94916 Standard Proctor fASTM D-698) above optimum moisture; sample backpressure saturated prior to test (B=0.98);*Volclay Custom Seal t LO.... .... .... .. .... .... K=HAT K _ 1.1 x 10-7 CM • . . . : 7SEC 5 0 4 .... .... .... . .... .. .... .... 0= 3 N 2 1 .... .... .... 0 100 200 300 400 500 600 TIME, T, MINUTES FLEXIBLE WALL PERMEABILITY TEST RESULTS SOUTHWESTERN LABORATORIES I 11k s4wL SOUTHWESTERN LABORATORIES, INC. Construction materials testing, analytical chemistry and geotechnical engineering P.O. Box 224227 • 2575 Lone Star Drive • Dallas, Texas 75222 • 214/631-2700 June 16, 1989 File No. Report of: Analysis of Soil Reported to: Black & Veatch Engineering & Architects Attn: Robert McCollum 5728 LBJ, Ste. 300 Dallas, Texas 75240 Date received: 5/9/89 Identification: Job No. 89-308 Satrple I.D. Loss on Ignition, % Carbonates, % Organic Inpurities TH - 11 2-3� 1.8 2.2 Not requested TP - 1 2.0 41.2 Lighter than standard TP - 3 2.4 1.5 Darker than standard TP - 4 1.5 1.7 Lighter than standard Methods: L.O.I. - AASHTO T267-80 Organic Inpurities - ASTM C40-84 Carbonates, % - Procedure given to lab with no identification Analyst: KC (ASTM STP 777,P10) Distribution of report: 1C: Black & Veach Eng. & Arch. Respectfully submitted, SOUTHWESTERN LABORATORIES, INC. 61;Y4 L--�A Per: Bob Garrett, Manager Lab.Nn. D-29794 :sf Environmental and Analytical Seri Samples are discarded 30 days after reports are mailed unless prior arrangements are made in writing A storage fee will apply on samples held over 30 days. Our letters and reports are for the exclusive use of the client to whom they are addressed. The use of our name must receive our prior written approval. Ous letters and reports apply to the sample tested and/or inspected, and are not necessarily indicative of the qualities of apparently identical or similar product 002 SOUTHWESTERN LABORATORIES Materials, environmental and geotechnicai engineering, nondestructive, metallurgical and analytical services 2575 Lone Star Drive 0 P. O. Box 224227, Dallas. Texas 75222 • 21 4/631 -2700 September 7, 1989 Black & Veatch, Engineers - Architects 5728 LBJ Freeway, Suite 300 Dallas, Texas 75240 Attention: Mr. Robert G. McCollum, P.E. Re: Supplemental Report Geotechnical Investigation Terminal Storage Reservoir Lubbock, Texas (B&V Project 15388.201; SwL Report No. 89-308-1) Gentlemen: Submitted herewith are the results of SwL's additional tests on the on -site cover sands for the referenced project. This report is a supplement to our recently submitted geotechnical investigation report (SwL Report No. 89-308, Draft dated July 25, 1989). This series of tests was performed on a composite sample of the cover sands, which included standard penetration test samples at depths of 0 to 1.5 feet from Borings 1 through 12 and Boring 15. The percentage of fines for this sample was similar to that obtained for the previously tested samples of this stratum from Test Pits TP-3 and TP-4 (39.5 percent passing the No. 200 sieve). However, the fines in this sample were found to be slightly more plastic than for the previous samples (Plasticity Index of 7 vs. 5 previously). A coefficient of permeability of 2.8 x 10-8 centimeters per second (cm/sec) was obtained from the "raw" composite sample (without bentonite or cement) compacted to a nominal dry density of 95 percent of the Standard Compaction maximum dry density (ASTM 0698). For. a °~ similarly compacted sample with 6 percent dry bentonit added, a coefficient of permeability of 1.2 x 10- cm/sec was obtained. HOUSTON • CALLAS • AUSTIN • BEAUMONT • CONROE • GALVESTON COUNTY • RIC GRANDE VALLEY • ALEXANORIA SAN ANTONIO 0 FORT WORTH 0 LEESVILLE 0 MIDLAND 0 MONROE 0 SHREVEPORT • TEXARKANA 0 SHERMAN SOUTHWESTERN LABORATORIES Black & Veatch, Engineers - Architects Mr. Robert G. McCollum, P.E. Page 2 September 7, 1989 Additional test specimens of the composite cover sand sample were molded with 10 percent cement and 10 percent cement plus 4 percent fly ash. Compressive strengths after 7 days curing ranged from 530 to 725 pounds per squar9 inch. Coefficients of permeability of 5.1 and 9.2 x 10- cm/sec were obtained for these specimens. SwL appreciates the opportunity to be of continued service to Black & Veatch (B&V) on this project. If you have any questions about information in this report, or if we can be of any further assistance, please call our office. Sincerely, SOUTHWESTERN LABORATORIES, INC. Bruce Bailey, Ph.D., P.E. Geotechnical Divisio R 1ph . Ba nes{ Manager Geotechnical Divisio BB:RBB:em -------------LA9ORATORIES SwL Report No. 89-308-1 SUMMARY OF TESTS PROJECT: Terminal Storage Reservoir - Lubbock, Texas SWL REPORT NO.: 89-308-1 CLIENT: Black & Veatch DATE = 8/25/89 ~ N W ,� N a N -- W a o W N W a-- 0 a z " z v= z O p .r z a N BORING NUMBER DEPTH (FEET) TYPE OF MATERIAL % Passi No200 Sieve g DRY DENSITY (PCf) ATTERBERG LIMITS LINEAR SHRINKAGE ( /o) LL PL PI Composit 0-1.5 Brown fine silty to clayey sand (raw sample) 39.5 24 17 7 3 omposit 0-1.5 Brown fine silty to clayey sand, remolded with 10% cement to 95% t Standard Compaction, cured 7 days Specimen No. 1 (96.6% Std.) 720 2.5 Specimen No. 2 93 8% Std 575 2.0 Composit 0-1.5 Broom fine silty to clayey sand, remolded with 10% cement + 4% fl ash to 95% t Standard Compaction, cured 7 days Specimen No. 1 (95.1% Std.) 530 1.6 Specimen No. 2 (95.7% Std.) 1 1 725 1 2.4 -, PROJECT' Terminal Storage Reservoir NO.: 89-308-1 BORING NO., Conmosite DEPTH , LIQUID LIMIT 24 PLASTIC LIMIT: 17 PLASTICITY INDEX SOIL CLASSIFICATION% Brown fine silty to clayey sand (raw sample) WATER CONTENT, % 16.6 TOTAL CELL PRESSURE, PSI 100 J a 1- DRY DENSITY, PCF 110.1 FINAL BACK PRESSURE, PSI 95 ? SAMPLE HEIGHT, L, CM. 6.99 TOP BURETTE PRESSURE,PSI 90 SAMPLE DIAMETER, CM. 7.24 BOTTOM BURETTE PRESS., PSI 95 SAMPLE AREA, A,SQ. CM 41.17 DIFFERENTIAL HEAD, H, CM 352 TEMPERATURE, C° 200 FINAL WATER CONTENT, % , 8.3 REMARKS: Sample remolded to 94.1`% Standard Com paction mpaction (ASTM D-698) at Wopt + 1.4%; back pressure saturated prior to test (B=1.0) sample C-1 0 2 0 0 400 800 1200 1600 ft HAT MENEM NEENEENE NEEP,dAMENEEMENE I TIME, T, MINUTES FLEXIBLE WALL PERMEABILITY TEST RESULTS SOUTHWESTERN LABORATORIES PROJECT: Terminal Storage Reservoir NO.: 89-308-1 BORING NO.: Composite DEPTHt 0-1.50 LIOUID LIMIT. - PLASTIC LIMIT- _ PLASTICITY INDEX = - SOIL CLASSIFICATION: Brown fine silty to clayey sand (w/hentonite) WATER CONTENT, % 14.1 TOTAL CELL PRESSURE, PSI 100 J a � DRY DENSITY, PCF 110.0 FINAL BACK PRESSURE, PSI 95 = SAMPLE HEIGHT, L, CM. 7.51 TOP BURETTE PRESSURE,PSI 90 SAMPLE DIAMETER, CM. 7.24 BOTTOM BURETTE PRESS., PSI 95 SAMPLE AREA, A,SO. CM 41.17 DIFFERENTIAL HEAD, H, CM 352 .TEMPERATURE, CO 20 FINAL WATER CONTENT, % a REMARKS : Sample mixed with 6% (by dry weight) dry bPntonite* and molded to 94° Standard Compaction (ASTM D-698) at Wopt + 1.1%; Sample backpressure saturated prior to test (B=0.99) *Volclay Custom Sealant 50 HAT MEN - "te-timm E E so MEN ME N We 200 400 600 800 1000 1200 TIME, T, MINUTES FLEXIBLE WALL PERMEABILITY 'TEST RESULTS SOUTHWESTERN LABORATORIES PROJECT: Terminal Storage Reservoir NO.* 89-308-1 BORING NO.: Composite DEPTH: 0-1,5' LIQUID LIMIT- - PLASTIC LIMIT: - PLASTICITY INDEX - SOIL CLASSIFICATION: Brown fine silty to clayey sand (with cement) WATER CONTENT, % 15.3 TOTAL CELL PRESSURE, PSI 110 J a t— DRY DENSITY, PCF 112.2 FINAL BACK PRESSURE, PSI 105 ? SAMPLE HEIGHT, L, CM. 7.49 TOP BURETTE PRESSURE,PSI 100 DIAMETER, CM. 7;24 BOTTOM BURETTE PRESS., PSI 105 [SSAMPLE AMPLE AREA, A,SQ. CM 41.17 DIFFERENTIAL HEAD, H, CM 352 TEMPERATURE, CO 20 FINAL WATER CONTENT, % 16.0 REMARKS: Sampled mixed with 100 (by dry weight) cement and molded to 95.9% Standard Compaction at Wopt + 1.496; Sample backpressure saturated prior to test (B=0.95) HAT MEN ME K:- 9.2 x lo-7 C MENEENEENE NEENEEMP-apdIOPM 0 MENEM, WEENEENE "PEENNEEMEN 1-gPdagPEEMEMENEEMEN 40 SO 120 160 TIME, T, MINUTES 200 FLEXIBLE WALL PERMEABILITY TEST RESULTS SOUTHWESTERN LABORATORIES PROJECT' Terminal Storage Reservoir N0. BORING NO.t Composite 0EPTHi 0-1.5' LIQUID LIMIT: _ PLASTIC LIMIT: j PLASTICITY INDEX _ SOIL CLASSIFICATION: Broom fine silty to clayey sand with cement + fly agh) WATER CONTENT, % 15.4 TOTAL CELL PRESSURE, PSI 100 J a f- DRY DENSITY, PCF 110.2 FINAL BACK PRESSURE, PSI 95 ? SAMPLE HEIGHT, L, CM. 7.87 TOP BURETTE PRESSURE,PSI 90 SAMPLE DIAMETER, CM. 7.24 BOTTOM BURETTE PRESS., PSI 95 SAMPLE AREA, A,SQ. CM 41.17 DIFFERENTIAL HEAD, H, CM 352. TEMPERATURE, CO 200 FINAL WATER CONTENT, % 16.9 REMARKS : Sample mixed with 10% cement plus 4% flyash (by dry weight) and molded to 94% Standard Compaction at Wopt + 1.9%; sample back pressure saturated prior to test (B=1.0) r^ 30 ca O 20 0 U N 10 0 HAT !NONE= it 01 K= 5.1 x 10 C M7 EEEEEFAFAEEE SEC E MENEENE P-mPAIrEEMEN NEEMEraw-INEEMENE ONES. HEMENEENE ®r. ma?dEMENEEMENE P'AdOWEEMEMENEEMEN 100 200 300 400 500 TIME, T, MINUTES. FLEXIBLE WALL PERMEABILITY TEST RESULTS SOUTHWESTERN LABORATORIES 600 (This page left blank intentionally) P-- SPECIAL CONDITIONS -43- (This page left blank intentionally) SPECIAL CONDITIONS 1. ENGINEER All duties and responsibilities assigned to Engineer in the Contract Documents, with the corresponding rights and authority, will be assumed by an agent designated by Owner. �-- 2. ENGINEERS -ARCHITECTS All duties and responsibilities assigned to the Engineers -Architects in the Contract Documents, in addition to other duties and responsibilities specifically assigned by the Owner, with corresponding rights and authority, will be assumed by Black & Veatch, Engineers -Architects, 5728 LBJ Freeway, Suite 300, Dallas, Texas 75240, and their duly authorized agents. 3. AVAILABILITY OF LANDS OWNER shall furnish, as indicated in the Contract Documents and not later than the date when needed by CONTRACTOR, the lands upon which the Work is to be done, rights -of -way for access thereto, and such other lands which are designated for the use of CONTRACTOR. If CONTRACTOR believes that any delay in OWNER'S furnishing these lands entitles him to an extension of the Contract Time, he may make a claim therefor as provided in the General Conditions. CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. 4. PHYSICAL CONDITIONS, SURVEYS, AND REPORTS Reference is made to the General Requirements (Division 1) of the Specif- ications or identification of those surveys and investigation reports of subsurface and latent physical conditions at the Project site or otherwise affecting performance of the Work which have been relied upon by ENGINEERS - ARCHITECTS in preparation of the Drawings and Specifications. 5. TEST'HOLES AND UNDERGROUND INSTALLATIONS Test holes have been made on the site of the Work. The appropriate locations of test holes are indicated on the drawings. Logs of the test holes are bound as an appendix to these specifications. n Test hole information represents subsurface characteristics to the extent indicated, and only for the point location of the test hole. Each Bidder shall make his own interpretation of the character and condition of the materials which will be encountered between test hole locations. Each prospective Bidder may, at his own expense, make additional surveys and investigations as he may deem necessary to determine conditions which will 012590 1 affect performance of the Work, The Engineers -Architects, Engineer, and Owner cannot guarantee the accuracy of the information and all responsibility for the accuracy is expressly disclaimed. Existing underground installations are indicated on the drawings only to the extent such information was made available to or discovered by Engineers -Architects 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. Contractor shall be responsible for discovery of existing underground installations, in advance of excavating or trenching, by contacting all local utilities and by prospecting. 6. REFERENCE POINTS OWNER shall provide engineering surveys for construction to establish reference points which in his judgment are necessary to enable CONTRACTOR to proceed with the Work, CONTRACTOR shall be responsible for surveying and laying out the Work, and shall protect and preserve the established reference points and shall make no changes or relocations without the prior written approval of OWNER. He shall report to ENGINEER whenever any reference point is lost or destroyed or requires relocation because of necessary changes in grades or locations. CONTRACTOR shall replace and accurately relocate all reference points so lost, destroyed, or moved. 7. INSURANCE Supplementing Article 28, subparagraphs A, C, and E of the General Conditions of the Agreement, the Engineers -Architects shall be included as an additional insured on the policy for this specific job and a copy of the endorsement doing so is to be attached to the Certificate of Insurance. 8. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN, AND FURNISHERS OF MACHINERY, EQUIPMENT, AND SUPPLIES Supplementing Article 29 of the General Conditions of the Agreement, the Contractor further agrees that he will indemnify and save the Engineers - Architects from all claims growing out of any demand of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, power tools, all suppliers, including commissary, incurred in the furtherance of the performance of this contract. 012590 2 TO: NOTICE OF ACCEPTANCE The City of Lubbock, having considered the proposats submitted and opened on the _day of 199_, for work to be done and materials to be furnished in and for: as set forth in detail in the Specifications, Plans, and Contract Documents for such work for the City of Lubbock; it appearing that your proposal is fair, equitable and to the best interest of said City, please take notice that said proposal was accepted by the City Council of the City of Lubbock on the day of 198_ at the bid price contained therein, subject to the execution of and furnishing of all contract documents, bonds, cer- tificates of insurance, and all other documents specified and required to be executed and furnished under the con- tract documents. It will be necessary for you to execute and furnish to the City of Lubbock all such documents within ten (10) days from your receipt of this Notice. The five percent (5%) bid security, submitted with your proposal, will be returned upon the execution of such contract documents and bonds within the above specified ten (10) day period. In the event you should fail to execute and furnish such contract documents and bonds within the time Limit specified, said bid security will be re- tained by the City of Lubbock. CITY OF LUBBOCK "^ Owner's Representative r -44- (This page left blank intentionally)