HomeMy WebLinkAboutResolution - 3765 - Contract - Advance Tank & Construction - Water Treatment Plan Improvements - 11_21_1991Resolution #3765
November 21, 1991
Item #16
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 Advance Tank & Construction Company for Water
Treatment Plant Improvements --Contract 4, 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
ATTEST:
ry
APPROVED S TO CONTENT:
Uefie Ead1, Purchtsing anager
APPROVED AS TO FORM:
a o ar , ssistan ty
Attorney
21st day of
November , 1991.
E /Mol
WATER TREATMENT PLANT
IMPROVEMENTS
6 MG CLEARWELL
BID +#1 1 6 2 2
?3 49 Iv p
Office of
Purchasing
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
606-767-2167
MAILED TO VENDOR: October 23, 1991
CLOSE: 11/06/91 @ 2:00 P.M.
BID # 11622
ADDENDUM # 1
1. Attached are questions and answers that resulted from the
Prebid Conference held October 21, 1991.
2. Please note specification changes attached.
THANK YOU,
V4
Gene Eads, C.P.M.
Purchasing Manager
PLEASE RETURN ONE COPY WITH YOUR BID
LUBBOCK, TEXAS
PREBID CONFERENCE: CONTRACT N0. 4
r OCTOBER 21, 1991
Mr. Gene Eads, Purchasing Manager for the City of Lubbock opened the
prebid conference by reaffirming the scheduled time and date of the bid
opening for November 6, 1991, at 2:00 PM, local time. Mr. Eads
explained where to turn in the bids.
Mr. Eads explained that the tentative date for the City Council award of
the contract is November 21, 1991.
Mr. Eads noted that sales tax exemption is only applicable on those
items allowed by the new state law if the bid is filed with separate
costs for material and labor. He noted that the AGC has issued a sales
tax guide booklet.
Mr. Dan Hawkins, Water Utilities Director for the City of Lubbock,
explained the rationale of the liquidated damages. The liquidated
damages are composed of the potential fine of $15,000 per day from EPA
and $450 per day for City costs associated with the delay. If the City
is not fined, the portion of liquidated damages associated with the fine
(15,000/day) will not be applicable.
The City stated that there is no requirement for minority participation.
Mr. Eads asked that the list of subcontractors be noted whether the
subcontractor is a minority women owned business.
Dan Hawkins mentioned that there are FAA height restrictions on cranes,
etc. for work being near the airport.
The City also mentioned the railroad tracks near the site will be
removed. An existing tank near the site will be demolished by the City.
The road to the north of the tank site must remain open.
The question was raised whether the area south of the tank site was
available for additional staging. The City replied that the site
availability is limited for contractor staging; however if the
Contractor wishes additional space he should submit the request to the
Engineer for consideration.
Questions and answers raised during the prebid meeting are attached to
these minutes.
The meeting was adjourned. No plant site visit was conducted.
End of Prebid Meeting Minutes.
CONTRACT 4 PRE -BID QUESTIONS
1. Q: Will tank roof be required to be seal welded?
A: At the present time, seal welding is not required, but will be
addressed by addendum if it is decided to require it.
2. Q: What are the requirements for pipe lining?
A: Refer to specification Section 15060-3.07 for pipe lining
material.
3. Q: Is painter's trolley necessary?
A: No. This will be covered by addendum.
4. Q: Overflow pipe is 42 IN diameter in specifications and 49 IN
on drawings. Which should it be?
A: This conflict will be addressed by addendum.
5. Q: Need more information on piping connections to Contract 1
pipe.
A: This will be clarified by addendum.
6. Q: Whose responsibility is it for testing of pipe?
A: This will be clarified by addendum.
7. Q: Thrust blocking requirements?
A: Although a general requirement is included under specification
Section 15060-3.0l.G, specific requirements would be shown on
the drawings.
8. Q: What are requirements for backfill?
A: This is described in specification Section 02200-2,01A. More
clarification will be provided by addendum.
9. Q: What are station locations on dewatering vaults?
A: These will be provided by addendum.
10. Q: Is seeding required beyond concrete curb?
A: None is required at this time.
11. Q: Is $4,000,000 umbrella insurance correct?
A: Yes.
12. Q: What are the requirements for approved equal tank
manufacturer?
A: Consideration of approved equal will be made after award of
contract. However, criteria for "approved equal" will be
covered by addendum.
13. Q: Is oiled sand a requirement for tank bedding?
A: No. Oil -free sand is shown on the drawings.
Addemdum Page-1
ADDENDUM MO. 1
�., 1. Section 02200 - Earthwork: In paragraph 2.01.A., page 02200-2,
line 02 delete "approved by Engineer",
and delete from line 03 "from site
excavation or"
2. Section 13213 - Reservoirs: Steel (Ground Level):
Add the following sentence to Paragraph
2.01-A.1.c., line 13:
"The basis for determining an approved
equal manufacturer will be as follows:
1) The manufacturer has successfully
designed and fabricated in accordance with
AWWA D100 a steel ground level water
reservoir."
3. Section 13213 - Reservoirs: Steel (Ground Level):
Delete from Paragraph 2.03 ACCESSORIES,
subparagraph J. - Paint Trolley, on page
13213-6.
4. Section 13213 - Reservoirs: Steel (Ground Level):
On page 13213-5, line 50, change "42 IN" to
"48 IN".
5. Section 13213 - Reservoirs: Steel (Ground Level):
On page 13213-9, paragraph 2.05 - FABRICATION,
add the following subparagraph:
D. Lap -welded roof plates shall also be
seal welded on the interior of the
tank.
{
6. Section 13213 - Reservoirs: Steel (Ground Level):
On page 13213-11: Add to Paragraph 3.01 B,
lines 07 and 08: - Paint tops of trusses and
r bottoms of top plate before top plate is
4 placed on support truss.
7. Section 13213 - Reservoirs: Steel (Ground Level):
Page 13213-4: Change 2.03-A.2., line 29 to
read as follows:
2. Provide three 4 FT x 4 FT flush -type
cleanout manway in accordance with
API-650 and AWWA D100.
r- 8. Section 13213 - Reservoirs: Steel (Ground Level):
Page 13213-3: Add the following to 2.02-A on
line 53:
r, 6. Maximum inlet flow rate - 46,000 gpm.
E'
City of Lubbock, Municipal Water Treatment - Contract 4
t Addendum Page-2
9. Section 15060 - Pipe and Pipe Fittings: General Requirements,
Page 15060-11: Replace subparagraph b.2)
starting with line 19 with the following:
a) Material: Steel, fabricated pipe.
b) Reference: AWWA C200.
c) Lining: Cement.
d) Coating: Paint
e) Fittings and joints: AWWA C208
fittings. Mechanical joints.
10. Section 15060 - Pipe and Pipe Fittings: General Requirements
Replace 3.04-A.1 thru A.7 with the following:
1. Testing of all piping systems upon completion of
piping and associated connections with Contract 1
piping shall be coordinated with the pressure testing
required in Contract 1. Actual testing of pipe
installed under this Contract will be performed under
Contract 1.
Change Paragraph 3.04-A.8 to read as follows:
2. Bear the cost of all inspecting, locating and
remedying of leaks and any necessary retesting and
re-examination of pipe installed under this contract.
11. Sheet 3 - Delete references to RCCP indicated on 6 MG
Clearwell Plan and Vault Plan View.
12. Sheet 4 - Change centerline elevation shown on Section A/4
from 3241.5 to 3242.0.
13. Sheet 3 - Add attached Figures ADD1-1 thru ADD1-4, to Sheet 3.
14. Sheet 5 - Change dimension shown on Cleanout Manway Detail
from 510" to 410".
City of Lubbock, Municipal Water Treatment - Contract 4
3260
3250
3240
3230
3220
s................................................. �....................
..,....,........:.: .:....,.:� ....:......:..:.
...............................................................+...........................+............................................. �............................
..... r..
1-::t.: !........................
Q.. .::
.................................a...................................................F................................
.............................. ...
0+ 00 1 + 00
60" CLEAR WELL EFFLUENT
SCALE: HORIZ. 1"=50'
VER T. 1 "=10'
FmCITY OF LUBBOCK, TEXAS
LUBBOCK WATER TREATMENT
PLANT IMPROVEMENTS
6 MG CLEARWELL
Date
10/22 91
Figure
ADD1-1
3260
3250
3240
3230
3220
............................... I ............... " .................. ; ....
................................................................... .. .
............... 7
.................... I .................. I .............. I .............. ... .
.........................................................................
........... . .........................................
............ I ...........................................................
........................................................................
...................................................................
....................................................
...................................................................
. ..................................................................
........................................................... .......
............................ . . ........... . .............. ...
..
..
....
... N
....
L ...
'* ........... .......... .......... .........
..........
............ ............... ............ I ..........................
................. ............ ................................ I ..
........................................................................
............. I ............. ..." ...... I .............................
................. I ......................................................
............................... . .......................
.............................. .
.......... ... .................
........... . . . . . . . . . . .
•
........ .................. I ............................
.........................................................................
.........................................................................
...................... I ............... ..................................
........................................................................
. .......... ' ..............
.............................. . .......................................
........... ..................... I ......................................
........
........... .............................................................
vm
...........
....................... I .......................... ..........
...................................................... .
...................................................................
........................ .........
........ .....................
...................
....... **"*..........
z .................................
...
..... I .....
..........
......................... ........................
..................... I ........
............. Z-) .......I........------............ ..
.............. I ............................... I .............. I ...... < .
. ..............................
....
"
........ ....................................
.... ... . . . ... .
...................................................................
...........................
..................................
..........
.. ..............................
................................................................. ..
..................
...................................
..........
. .... . '.
0.,
..................
re
.............. ..................................................... < .
............... . ........
.................... ......
..........
.............................
........................................................................
............... ...............
LU........ .
..................................... I ..
..........
............................................................
0+00 1+00
48" CLEAR WELL EFFLUENT
SCALE: HORIZ. 1"=50'
VERT. 1"=10'
HRCITY OF LUBBOCK, TEXAS
LUBBOCK WATER TREATMENT
PLANT IMPROVEMENTS
Hm Endn""'g"' 6 MG CLEARWELL
Date
10/22/91
IFigure
ADD1-2
q PIPE
x
0
i
N
v
V)
�A�rM
A
,— S BASE R
i
11/2" GROUT MIN
I� 116
11 2—C ANCHOR BOLTS OR
EPDXY ANCHORS
PIPE SIZE
A
C
L
S
T
20", 24"
9"
3/4"
6"
1/2"
3/a"
30"
11 "
3/4"
6"
�/2"
3/8"
36"
13"
�4"
6"
1/2„
3/8"
42"
15"
3/4"
6"
5/a"
1/2„
48"
17"
Y4"
6"
5/a"
1/2"
54"
19"
1 "
8"
3/4"
5/8"
60"
21 "
1 1 "
8"
S
5/8"
2-3/,s"x2"x2"fll
WASHERS
WITH C+1/8"
DIA HOLE
IN CENTER
NOTE: PIPE SUPPORTS REFER TO
TO THOSE SHOWN ON SHEET 3
SECTION — B.
PS TYPE O
A -SQUARE
A/2 A/2
A�4 A�4 A�4 A�4
SECTION A
ImCITY OF LUBBOCK, TEXAS
LUBBOCK WATER TREATMENT
PLANT IMPROVEMENTS
6 MG CLEARWELL
fE THICKNESS T
C+1/8" DIA
HOLE IN
BASE FL
Date
10/22/91
Figure
ADD1-3
m
o x TYP B
Q 1/4 _
N :2
S BASE
Tr
L MIN
S+3" PROJ
2XC DIA AN
OR EXPANSI,,,.
ELEVATION SECTION A
C+1/4"DIA HOLES IN BASE E
NOTE: PIPE SUPPORTS REFER
TO THOSE SHOWN ON SHEET 3
SECTION — B.
PS TYPE R
N TS
2--3/1s"X2"X2" f2 WASHERS
WITH C+1/a" DIA HOLES
r-P THICKNESS T
1/4" 1 1/4"
B
SECTION B
PIPE SIZE
A
B
C
L
S
T
20"-24"
18"
10"
3W'
6"
1/z"
3/a"
30"
22"
10"
3/4"
6"
1/s"
3/a"
36"
26"
10"
3/4"
6"
1/z"
3/a"
42"
30"
12„
3/4"
6"
3/8"
'/z,.
48"
35"
12"
74"
6"
3/a"
1/2"
,4
1 .,
6
11
,a
fmCITY OF LUBBOCK, TEXAS
LUBBOCK WATER TREATMENT
era PLANT IMPROVEMENTS
Hm 6 MG CLEARWELL
Dace
10/22/91
Figure
ADD1-4
Office of
Purchasing
City of Lubbock
P.O. Box 2000
Lubbock, Texes 79457
B06-767-2167
MAILED TO VENDOR: October 29, 1991
CLOSE: November 6, 1991 @ 2:00 P.M.
BID #11622
Water Treatment Improvements Contract #4
ADDENDUM #2
Please make the following specification changes:
1. Section 02200 - Earthwork: In paragraph 3.02.A., page 02200-3,
line 22 delete "scarify to a minimum depth of 6 IN" and replace
with "remove and dispose of the topsoil to a depth of 2.O FT below
grade in".
2. Section 13213 - Reservoirs: Steel (Ground Level): Delete from
Paragraph 1.03.A.2.c.1, "including design of foundation".
Thank you,
Cam- Vz&W 4C---
Gene Eads, C.M.
Purchasing Manager
PLEASE RETURN ONE COPY WITH YOUR BID.
�a
E
CITY OF LUBBOCK
SPECIFICATIONS
for
TITLE: CITY OF LUBBOCK
LLL
WATER TREATMENT PLANT IMPROVEMENTS
CONTRACT 4 - 6 MG CLEARWELL
r
1
ADDRESS: 6001 N. GUAVA
BID NUMBER: 11622
PROJECT NUMBER: 2123-541101-9640
CONTRACT PREPARED
I
BY: Purchasing Department
i.
PM
}
PW
i
E
-1-
i
(THIS PAGE LEFT BLANK INTENTIONALLY)
I�
INDEX
PAGE
1.
NOTICE TO BIDDERS..........................................................................................3
2.
GENERAL INSTRUCTIONS TO BIDDERS............................................................................5
3.
BID PROPOSAL - BID FOR LUMP SUM CONTRACTS.................................................................10
4.
PAYMENT BOND..............................................................................................14
5.
PERFORMANCE BOND..........................................................................................17
6.
CERTIFICATE OFINSURANCE..................................................... ............20
.................
7.
CONTRACT..................................................................................................22
8.
GENERAL CONDITIONS OF THE AGREEMENT.......................................................................24
9.
CURRENT WAGE DETERMINATIONS...............................................................................42
10.
SPECIFICATIONS............................................................................................43
11.
SPECIAL CONDITIONS........................................................................................44
12.
NOTICE OF ACCEPTANCE......................................................................................45
-2-
(THIS PAGE LEFT BLANK INTENTIONALLY)
NOTICE TO BIDDERS
I
F
(THIS PAGE LEFT BLANK INTENTIONALLY)
3pB
k
NOTICE TO BIDDERS
BID i1 11622
Sealed proposals addressed to Gene Ends, 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 a.m. on the 6th day of November. 1991, 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:
CITY OF LUBBOCK WATER TREATMENT PLANT IMPROVEMENTS
CONTRACT 4
6 MG CLEARWELL
After the expiration of the time and date above first written, said sealed proposals will be opened
by the Purchasing Manager at his office and publicly read aloud.
It is the sole responsibility of the bidder to insure that his bid is actually in the office of Gene
Eads, Purchasing Manager for the City of Lubbock, prior to the expiration of the date above first written.
The City of Lubbock will consider the bids on the 21st day of November. 1991. at Municipal Bldg.,
Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or
all bids and waive any formalities. The successful bidder will be required to furnish a performance bond
and payment bond in accordance with Article 5160, Vernon's Am. Civil St., in the amount of 100% of the
total contract price in the event that said contract price exceeds S25,000.00. Said statutory bonds should
be issued by a company carrying a current Best Rating of J 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 S25,000.00 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
then wages included in the contract documents on file in the office of the Purchasing Manager of the City of
Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is
further directed to provision of Article 5159a, Vernon's Am. Civil St., and the requirements contained
therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as
heretofore established by owner in said wage scale.
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 21st day of October, 1991, at 10:00 o'clock a.m., Committee
Conference Room 9103, Municipal Building, 1625 13th Street.
All questions of a technical nature must be addressed no later than November 5th, 1991 at 5:00
o'clock p.m. in writing to:
Henry H. Benjes, Jr.
12700 Hillcrest Drive
Suite 125
Dallas, Texas 75230-2096
(214)960-4423
All other questions shall be addressed to:
Gene Eads, C.P.M.
Purchasing Manager
City of Lubbock
1625 13th Street
Lubbock, Texas 79401
(806)767-2167
CITY OF LUBBOCK
BY: Gene Ead , C.P.M.
Purchasing Manager
r
r
4
ADVERTISEMENT FOR BIDS
BID 0 11622
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,
E Texas, 79401 until 2:00 o'clock c.m. on the 6th day of November, 1991, 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:
CITY OF LUBBOCK WATER TREATMENT PLANT IMPROVEMENTS
CONTRACT 4
6 MG CLEARWELL
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 bidders attention is further directed to the provisions of Article 5159a, Vernon's
Am. 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.
r The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant
f to this advertisement, minority and women business enterprises will be afforded equal opportunities to
P 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 21st day of October. 1991, at 10.00 o'clock a.m., Committee
Conference Roan 103, Municipal Building, 1625 13th Street.
BY: Gene ads, C.P.M.
PURCHASING MANAGER
r
Z
l
(THIS PAGE LEFT BLANK INTENTIONALLY)
r
rr
GENERAL INSTRUCTIONS TO BIDDERS
71:
-4-
(THIS PAGE LEFT BLANK INTENTIONALLY)
r
4
r
GENERAL INSTRUCTIONS TO BIDDERS
SCOPE OF WORK
E
The work to be done under the contract documents shall consist of the following:
1 Furnish and install a 6 million gallon steel water clearwell, complete with cathodic protection system,
concrete ringwall foundation, fencing, drive, yard piping and valve vault with electric actuated control
valves, and all work appurtenant thereto.
i
The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to
complete this project in accordance with contract documents.
2. CONTRACT DOCUMENTS
All work covered by this contract shall be done in accordance with contract documents described in the Gen-
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
R
j The construction covered by the contract documents shall be fully completed within "0 (FOUR HUNDRED FORTY)
calendar days from the date specified in the Notice to Proceed issued by the City of Lubbock to the
rsuccessful bidder.
The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however,
the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated
t 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.
l
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.
r
P -5-
T. 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.
a. 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-
i-
r
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
jthis 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 shell 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
fr 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
4 currently utilized by persons, firms, or corporations engaged in similar type of construction activity.
Explosive materials shall not be stored or kept at the construction site by the Contractor.
In all cases where explosives are to be used during the construction of the project contemplated by this
contract, it shall be the duty of the Contractor to notify each utility company having structures (above or
below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such
notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem
necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of
responsibility for any damage resulting from his blasting operations.
15. CONTRACTOR'S REPRESENTATIVE
The successful bidder shall be required to have a responsible local representative available at all times
while the work is in progress under this contract. The successful bidder shall be required to furnish the
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
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 an 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:
0 ) 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-
I
1
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 now 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
c 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-
lowing:
(a)
Notice to Bidders.
(b)
General Instructions to Bidders.
(c)
Bidder's Proposal.
(d)
Statutory Bond (if required).
I
(e)
Contract Agreement.
(f)
General Conditions.
(g)
Special Conditions (if any).
P
(h)
Specifications.
(1)
Insurance Certificates.
W
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
i
incorporated by reference into the aforementioned contract documents.
(THIS PAGE LEFT BLANK INTENTIONALLY)
7,
7
B
F
BID PROPOSAL
r
F
71
(THIS PAGE LEFT BLANK INTENTIONALLY)
BIO PROPOSAL
t BID FOR LUMP SUM CONTRACTS
PLACE Of OF LA36 30GL' Z �t�
DATE ^V\bkl . lF
{{ s�
PROJECT NO..
Proposal of J� N )6,, 1z- C61 57(-nJ [JbA IC6,(hereinafter called Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
gentlemen -I
The Bidder, in compliance with your invitation for bids for the construction of a
&JArt �-2
havingycarefulty'examined the plans, specifications, instructions to bidders, notice to bidders and atliother 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 tod
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',<:1-
a part, is as follows:
��vvrr..�o T�ci>i�t7-11 THEE Noc�3►�u U � � �' cl'i'
MATERIAL: --_/tlriyrbf , IV/'VC O,6tG.ae a aft ;Z;G 0 , e_,CAfT' _
�tCf�T.fiL�Nf7zEt��Eu�it/,I
Tiou_A%
e
DGcZ�ad 7dSERVICES:• J4 N0,,9D 5/Ary ectrr->
c`
�)
OAv£ M IC41au T r,4F F &,0V0eF0 AleAl r y 7-74QEE Q o
TOTAL BID:7W0&5AAf0 r—!kFfiUND,QEGF/G'%V NIXF—r LbLlzj2
Amount shall be shown in both words and figures. in case of discrepancy, the amount shown in words shall govern.)
Bidder hereby agrees to commence the work on the above project on or before a date to be specified in'a written
"Notice to Proceed" of the Owner and to fully complete the project within 440 (FOUR HUNDRED FORTY) consecutive cal-
endar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further
agrees to pay to Owner as liquidated damages the sun of S15,450 (Fifteen Thousand Four Hundred Fifty 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. liquidated damages include per day
$15,000 (Fifteen Thousand dollars) potential EPA/TDH fines plus S450 (Four Hundred Fifty dollars) projected
expenses.
Bidder understands and agrees that this bid proposal shall be completed and submitted in accordance with in-
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
_
the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees
to commence work on or before the date specified in the written notice to proceed, and to substantially complete the
work on which he has bid; as provided in the contract documents.
Enclosed with this proposal is a Cashier's Check or Certi ied-Check for '
MW
Dollars (S-�'�`--� ) Proposal Bond in '��li D lArs (Slo9,w7T 'S
or a the sum ofiyiNt
--
which it is agreed shall be collected and retained by the Owner as41 fqYuJda &mages�'in the ev t the proposal is
accepted by the Owner and the undersigned fails to execute the necessary contract documents and the required bond
r
(if any) with the Owner within ten (10) days after the date of receipt of written notification of acceptance of said
proposal; otherwise, said check or bond shall be returned to the undersigned upon demand.
Bidder understands and a rees that the contract to be executed by Bidder shall be bound and include all con-
tract documents made available to him for his inspection in accordance with the Notice to Bidders.
CA for C `
T4t CiLf
BT t� J V
C-'
r
cKVIt F::�.
I
(Seal if Bidder is a Corporation)
ATTEST:
� �
ecretary
f
Bidder acknowledges receipt of the following addenda.:
ADDENDA N0.
ADDENDA N0. 1 W d
ADDENDA N0.
ADDENDA N0.
ADDENDA NO.
ADDENDA NO.
ADDENDA N0.
ADDENDA NO.
ADDENDA N0,
l
ADDENDA NO.
ADDENDA NO.
ADDENDA N0.
r
I
-12-
i
LIST OF SUBCONTRACTORS
l
This form shall be completed
and submitted with the Bidder's Proposal.
Minority Owned
Yes No
_ J- B,2oWV
Gfle! J' CcWWeuGr"iCYI/
.4. H IC: l EST
SAAJ D 64AZ�X/A10,; Coal A14 We,
A —
4
�q
6•
—
7.
`
9.
io.
— —
t
{1
4 i
-13-
i
i,
FmHA Instructions 1942-A
4
Guide 19 --Attachment 4
r
1'
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned Advance Tank
and Construction Co. as Principal, and National
Union Fire Insurance Canpany as Surety, are hereby held
and firmly bound unto the City of Lubbock, Texas as Owner in the
penal sum of 5% of the maximum amount of the enclosed bid for the payment
for which, well and truly to be made, we hereby jointly and severally bind our-
selves, successors and assigns. Signed, this 6th day of November ' . 19 9 ...
The condition of the above obligation is such that whereas the Principal.lias' '.
submitted to The City of Lubbock, Texas a' -certain BID,
attached hereto and hereby made a part hereof to enter into a, contract,'ln writing,
for the Contract #4
6.0 MG Clearwell .....
Water Treatment Plant Improvements
NOW, THEREFORE,
(a) If said BID shall be rejected, or -
(b) If said BID shall be accepted and the Principal shall execute and
deliver a contract in the Form of Contract attachment hereto (properly completed
in accordance with said BID) and shall furnish a BOND for faithful performance
of said contract, and for the payment of all persons performing labor,furnish-
ing materials in connection therewith, and shall in all other respects perform
the agreement created by the acceptance of said BID, then this obii'gation shall
be void, otherwise the same shall remain in force and effect; it boing expressly
understood and agreed that the liability of the Surety for any and.a1l;-claims
hereunder shall, in no event, exceed the penal amount of this obligation as herein
stated.
The Surety, for value received, hereby stipulates and agrees that the obligations
of said Surety and its BOND shall be in no way impaired or affected by any ex-
tension of the time within which the OWNER may accept such BID; and said Surety
does hereby waive notice of any such extension.
Bid Bond (Page 2)
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands
and seals, and tuch of them as are corporations have caused their corporate seals
to be hereto affixed and these presents to be signed by their proper officers,
the day and year first set forth above.
Advance Tank and Construction Co
(Print 1)
arms, Van Alsburg
National Union Fire Insurance GoMany of Pittsburgh, Pa. --
(Surety)\
By:
Mary A. , Attorney -in -Fact
IMPORTANT: Surety companies executing BONDS must appear on the Treasury
Department's most current list (Circular 570 as,amended) and be authorized to
transact business in the state where the project is located.
R
re' American Home Assurance Company
National Union Fire Insurance Company of Pittsburgh, Pa. POWER OF ATTORNEY
Principal Bond Otflcs: 70 Pine Street, New York, N.Y, 10270
r
f No.
KNOW ALL MEN BY THESE PRESENTS:
That American Home Assurance Company, a New York corporation, and National Union Fire Insurance Company of Pittsburgh, Pa.,
a Pennsylvania corporation, does each hereby appoint
---P.R. Peterson, Daniel T. Touw, Sandra K. DeWitt, C. Salen Herke, Mary A. Downard: .of
Indianapolis, Indiana ---
its true and lawful Attorneyis)-in-Fact, with full authority to execute on its behalf bonds, undertakings, recognizances and other
contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business , and to bind the respective
company thereby"
IN WITNESS WHEREOF, American Home Assurance Company and National Union Fire Insurance Company of Pittsburgh, Pa.
have each executed these presents
this da of January, 41n
� o
Mark E. Reagan, ior,Vice President
r
i STATE OF NEW YORK
COUNTY OF NEW YORK ss.
On this 8 day of _ January lg 91
before me came the above named officer of American Home
7 Assurance Company and National Union Fire Insurance Company 90SEPH g. NOZZOLIO
of Pittsburgh, Pa., to me personally known to be the individual and
officer described herein, and acknowledged that he executed the Natary Public, Slate of New York
foregoing instrument and affixed the seals of said corporations No, 01-N04652754
PM thereto by authority of his office. Qualified in Westchst :orrCc my
CERTIFICATE
Excerpts of Resolutions adopted by the Boards of Directors of American Home Assurance Company and National Union Fire
Insurance Company of Pittsburgh, Pa. on May 18, 1976:
"RESOLVED, that the Chairman of the Board, the President, or any Vice President be, and hereby is, authorized to appoint Attorneys -in -Fact to
represent and act for and on behalf of the Company to execute bonds, undertakings, recognizances and other contracts of indemnity and writings
obligatory in the nature thereof, and to attach thereto the corporate seal of the Company, in the transaction of its surety business;
"RESOLVED, that the signatures and attestations of such officers and the seal of the Company may be affixed to any such Power of Attorney or to
any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
valid and binding upon the Company when so affixed with respect to any bond, undertaking, recognizance or other contract of indemnity or writing
obligatory in the nature thereof;
"RESOLVED, that any such Attorney•in•Fact delivering a secretarial certification that the foregoing resolutions still be in effect may insert in such
certification the date thereof, said date to be not later than the date of delivery thereof by such Attorney•in Fact."
1, Maureen P. Tully, Secretary of American Home Assurance Company and of National Union Fire Insurance Company of
(}} Pittsburgh, Pa. do hereby certify that the foregoing excerpts of Resolutions adopted by the Boards of Directors of these corpora-
tions, and the Powers of Attorney issued pursuant thereto, are true and correct, and that both the Resolutions and the Powers of
Attorney are in full force and effect.
7 IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of each corporation
91
!r �pena, this 6fh day of NCIVelilber' 19
'-OF
a
o
j �trrrs, tr�4 �
Maureen P. Tully, Secretary
23240 (9/85)
r
Ai3VAfIVCE TAP4F< Fate CC]IgSTFzUT I C]hl CCU _
W . l+J - A _ AF'F"-�Eh]D► I X •• C� •• SHELL 33E£-s' I C'tV
DATE : 10-22-91
FOR CITY 13 I-
'U8BOCi,:. TX .
AT : 6 MG CLE
RWEL.L_
TANS: DIAMETER 11
IN FEET 211
DESIGN METAL_ TEMPERATURE FO
15
SHE_L.L HEI5HT IN
FEET J
TOP ANGLE SITE INCHES
0
DESIGN SPECIFIC
GRAVITY 1
TOP ANGLE TH*K INCHES
0
MAX PRODUCT HOT
IN FEET 23
WIND VEI-OCITY IN .MPH
100
CORROSION ALLOWANCE
INCHES 0
NUMBER OF SHELL COURSES
3
MINIMUM SHELL T
. ' K INCHES' :E . •375
NUMBER OF PLATES/COURSE
21
�.
:� rI:�IF::_ E�AF";i�C: I._F'{__=-_.�f-.'_�►1 � a..�' �-°'._(:iF�L.L.C?IV
ANNULAR RING REOU I RED
AS PER APPENDIX C �*
:i_.I!'1:E1�If`+FiY RESUt_.T S OF AWWA APF- -:1111)I X "f" MEI•HE D SHELL DESIGN
A(._L..OW. ^TRE.,.a DE: a I GN 'Ci-L ' k; ACTUAL.. TH ' K
SHELL. COURSE 4 1 A 57: -•70
2-, , 330 0. 5408
0.5408
SHELL COURSE # 2 A5 7 74
2 -7� , .:30 .0.3.6B4
0.3750
SHELL COURSE 0 ;'.. A 1"], 1. -43
19.200 0.2381
0.3750
KNUCKLE_" THICKNESS -- 0.2500 i . INCHES
KNUCKLE I.S. RADIUS = 36.00
INCHES
Pw
PRE"L I M I E�IA ,`r'_ 4�f I Nl)
arAB I L�I'L GF-ll _CLEN.
SHELL. COURSE. #( .. t.MYQ - 0.'>402
h = 13. 70-c1c) lit = •
9. 3333
�,
SHE'.I.A.- COURE:E # 2 't:..vp == ►. 36->+ 0
h = 14.9756 6 Ht =
16.6667
k +'• Windgirder•• is required to pr•t-vent
Shell - from buckling x�#�
r
FilmsV]:ai=i) Tf;ICk;NE t: F:�i
WIND STAFiIL.ITY CHECK
THICKNESS COURSE # 3 = 0.3750 t�,,,
= 0.3482 h " 13.78 Ht =
9.33
r
THICKNESS COURSE 0 2 = 0.4109 T:.�
= 0.3758 h = 16.67 Ht =
16.67
i
'f}-t l i,k:NE 5 COURSE 0 1 = 0.3408 t.,,,,
= 0.4262 h = 22.84 Ht =
24.00
r
i
Wi.ndgir-der is required to prevent shell from buckling
..
(
;f V I ^LI]:► TH I Qk::NF:S SE S
bJ I I'v'I) STAR I L_ I TY [:HECK,
!"
THICKNESS COURSE 4 3 =• 0.3750 t .,W
= 0.3462 h = 13.78 Ht =
9. •_+�•
THICKNESS i..f.:►L.fRSE # 2 = 0. 4 i O9 t � ,,o
= 0.3759 h = 16.67 Ht =
16.67
THICKNESS COURSE #k 1 = 0.5666 66 t..,,=
= 0.4348 h = 24.00 'Ht =
24.00
ALLOWABLE WIND VELOCITY = 100.01 MPH.
►� TANK:: IS STABLE, W I NDG I RDER NOT REQ ' D *>f
7
h
1 PAGE 1
lj'
kPOO
W I P-4n aVti-FCTURP4 I iVG aHMC,-K
EFFECT. WIND DIAMETER, FT.._'.1 TANK' ROOF HEIGHT, FT. 6.5
UNIFORM WIND F'FtESSURE, PSF" �` 0 ADDITIONAL AREA, SQ. FT . 0
SUPPORTED ROOF WGT . L.BS . 100000 00 MISC. RESIST WGT , LBS . 5000
OVERTURNING SAFETY FACTOR 1.
OVERTURNING' MOMENT DUE TO UNIFORM WIND PRESSURES, FT . K I F'S 1,489
2M
THE VALUE OF DW - 0.07, < 0.667 THEREFORE, ANCHOR BOLTS NOT REQUIRED.
MAXIMUM LONG I TUD I NAL. ' COMPRESSION STRESS AT HOTTMi OF SHELL, PSI 95
MAXIMUM ALLOWABLE COMPRESSIVE s-rRE"SS IN BOTTOM SHELL, PSI 1,106
TAN_}�DES_IGJ',J Is 3TF pi-.EE= eiGO INaT_ OVERTURNING; ANCHOR DOLTS ARE NOT REQUIRED.
xr TANk; DESIGN IS COMPLETED
F X: P4 A L_ S 1-I E lam. l.._ I> 11 1 E=- rV S I C3 Irl ES
ALLOW
NET PL_
NET F'1__
PLATE
NC). MATF�F,* I ()L.
;STRESS
W I DTH
LENGTH
TH I Ck:
1. A,`'J'77. 70
23, :.50
Be. c')t;u„ 0
37 f. 87 14.
0.5688
2. (-i5 f ::+....7()
.(?.', , 3.:.1C.)
Pa. 0 000
378. 847E+
0.4109
)a1•'J. Lf
.,9.:c'_C)()
8ci.. Ui.)00+78.8424
0,3-750
TOTi'Jt... NET SHELL
WEIGHT,
LBS.
NET RING
WEIGHT
112,943
81,585
74,456
268, 9B4
r-�
r
4
PAYMENT BOND
r
f
-14-
(THIS PAGE LEFT BLANK INTENTIONALLY)
x
BOND CHECK
r" BEST RATING
LICENSED IN TEXAS
STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160
DATE&-JL-VBi
�► OF THE REVISED CIVIL STATUTES OF TEXAS
f
AS AMENDED BY
ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION,
1959
KNOW ALL MEN BY THESE PRESENTS, that ���= a�C/ U (hereinafter called the Pri ipal(s), as
t Principal(s), and
C/ULL�J�ce�(a
(hefter cafl the Surety( �. are held er�i firml bou�ndtcunt th Ci y of Lubbock (hereinafter
called the ligee), the amount or
.e,,C••...r Dollaf tS sr lawful money of
the United States for the payment whereof, the sa d ri pal and Surety bind themselves, and their heirs, adminis-
trators, executors, successors and assigns, jointly and severally, firmly by these presents.
PK
i
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the a day of
19_�Lt, to
r
f'
and said Principal under the law is required before commencing the work provided for in said contract to execute a
bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the
same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants
supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said 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.
I
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this
01 day of 19�.
! sc��� .c `s'v �.!'`'`% 1
Surety U ze- ,
Principal
Dc
In
By:
L
(Title)
7 e undersigned sstre y company represents that it is duly qualified to do business in Texas, and hereby des-
ignate 'L" G an agent resident in Lubbock County to whom any requisite notices may be delivered and
on wham service of process may be had in matters arising out of such suretyship. %%
Surety ,
A �� r-
(Tit�/,
(is7
Approved as to form:
*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.
-16-
w
r
l
i
American Home Assurance Company
National Union Fire Insurance Company of Pittsburgh, Pa.
Principal Bond Office: 70 Pine Street, New York, N.Y. 10270
KNOW ALL MEN BY THESE PRESENTS:
POWER OF ATTORNEY
No.
B-26180
That American Home Assurance Company, a New York corporation, and National Union Fire Insurance Company of Pittsburgh, Pa.,
a Pennsylvania corporation, does each hereby appoint
---P.R. Peterson, Daniel T. Touw, Sandra K. DeWitt, C. Salen Herke, Mary A. Downard: of
Indianapolis, Indiana---
its true and lawful Attorneys) -in -Fact, with full authority to execute on its behalf bonds, undertakings, recognizances and other
contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business , and to bind the respective
company thereby.
IN WITNESS WHEREOF, American Home Assurance Company and National Union Fire Insurance Company of Pittsburgh, Pa.
have each executed these presents
STATE OF NEW YORK t ss
COUNTY OF NEW YORK I
r" On this 21 day of April 19 89
before me came the above named officer of American Home
Assurance Company and.NationalUnion Fire Insurance Company
of Pittsburgh, Pa., to me personally known to be the individual and
officer described herein, and acknowledged that he executed the
foregoing instrument and affixed the seals of said corporations
thereto by authority of his office.
is 12ay of April A X
ajZZML- Vice Yreslden
jOSEPH I. NOZZ
Notary Public. $$At►' r, . ,_ Yo
Ng. 01-N046527
�4
uelified In Wesld,este o�ntx
11iIrf11 %Pirei larl. dt..�,.. •�„�
CERTIFICATE
Excerpts of Resolutions adopted by the Boards of Directors of American Home Assurance Company and National Union Fire
Insurance Company of Pittsburgh, Pa. on May 18, 1976:
"RESOLVED, that the -Chairman of the Board, the President, or any Vice President be, and hereby is, authorized to appoint Attorneys -in -Fact to
represent and act for and on behalf of the Company to execute bonds, undertakings, recognizances and other contracts of indemnity end writings
obligatory in the nature thereof, and to attach thereto the corporate seal of the Company, in the transaction of its surety business;
"RESOLVED, that the signatures and attestations of such officers and the seal of the Company may be affixed to any such Power of Attorney or to
any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
valid and binding upon the Company when so affixed with respect to any bond, undertaking, recognizance or other contract of indemnity or writing
obligatory in the nature thereof;
"RESOLVED, that any such Attorney -in -Fact delivering a secretarial certification that the foregoing resolutions still be in effect may insert in such
certification the date thereof, said date to be not later than the date of delivery thereof by such Attorney-ir}Fact"
I, Maureen P. Tully, Secretary of American Home Assurance Company and of National Union Fire Insurance Company of
Pittsburgh, Pa. do hereby certify that the foregoing excerpts of Resolutions adopted by the Boards of Directors of these corpora-
tions, and the Powers of Attorney issued pursuant thereto, are true and correct, and that both the Resolutions and the Powers of
Attorney are in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of each corporation
'F
"'�u7rt. MtM
23240 (9/85)
this 2ndday of
December
AaZ4,,,� C.L)
Maureen P. Tully, Secretary
19 91
PERFORMANCE BOND
-17-
(THIS PAGE LEFT BLANK INTENTIONALLY)
BOND CHECK � �-
BEST RATING
LICENSED IN TEXAS
DATE -_gy S
STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE 5160 /9-G% r
OF THE REVISED CIVIL STATUTES OF TEXAS AS
AMENDED BY.
ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION 1959
NOW A L MEN BY THESECP�RESENTS, tha (hereinafter called the Principal s) s Principal(s) and
Q'fii-.t s—� LC�� �-a► .lQ!
(he eiei�na t r called tyh�ep Sure (s) as)uret (s) ere he d"a f� rml bound to h� it of Lubbock (hereinafter
caTle�the age ,'"n-i}�ie�i c r� ' Dollars y awful Haney of the
United States for the payment whereof, the said'Piffncipat and Surety bind themselves, and their heirs, administra-
tors, executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the y�/day of
�cJ , 19-fe 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 faithfully per-
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.
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 WITLESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this -L-
day of 19 r
(40
S ety (1�ri ipaI / 1
9
(Ti e) � C(Titl'e)� �
r
By:
` �itle)
F
-18-
�S 1�
Peer;/i�,n�ed surety company represents that it is duly qualified to do business in Texas, and hereby
desi gnats /iyNerdeAAt i 5 kubbock County to whom any requisite rot i ces may be delivered and on
whom service of process may be had in matters arising out of such suretyship. f
Surety
(Title)
Approved as to Form
City of Lubbock ,
By:
ity Attorney
aZ
*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.
-14-
American Home Assurance Company
National Union Fire Insurance Company of Pittsburgh, Pa. POWER OF ATTORNEY
r+ Principal Bond Office: 70 Pine Street, New York, N.Y. 10270
I
i
i
No.
I
KNOW ALL MEN BY THESE PRESENTS:
That American Home Assurance Company, a New York corporation, and National Union Fire Insurance Company of Pittsburgh, Pa.,
r, a Pennsylvania corporation, does each hereby appoint
---P.R. Peterson, Daniel T. Tolaw, Sandra K. DeWitt, C. Salen Herke, Mary A. Downard: of
Indianapolis, Indiana ---
its true and lawful Attorneys) -in -Fact, with full authority to execute on its behalf bonds, undertakings, recognizances and other
contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business , and to bind the respective
company thereby.
IN WITNESS WHEREOF, American Home Assurance Company and National Union Fire Insurance Company of Pittsburgh, Pa.
have each executed these presents
J+�owftJAIL,
��JG is 2 ay of __Aprili4�
o
ZV
'•
:m•«r" Mar E. R Vir_e President
l STATE OF NEW YORK l
COUNTY OF NEW YORK { u'
On this 21 day of April tg 89 30SEPH I. NOZZ
before me came the above named officer of American Home Notary public. Star. ' ' " to00
Assurance Company and National Union Fire Insurance Company Me. 01-N046527 4
of Pittsburgh, Pa., to me personally known to be the individual and
officer described herein, and acknowledged that he executed the ?Qualified in wes+chesle oodill��►(x�
r` foregoing instrument and affixed the seals of said corporations LWM W.464 fan. 31, •�—ir
thereto by authority of his office.
r CERTIFICATE
Excerpts of Resolutions adopted by the Boards of Directors of American Home Assurance Company and National Union Fire
Insurance Company of Pittsburgh, Pa. on May 18, 1976:
"RESOLVED, that the _Chairman of the Board, the President, or any Vice President be, and hereby is, authorized to appoint Attorneys -in -Fact to
represent and act for and on behalf of the Company to execute bonds, undertakings, recognizances and other contracts of indemnity and writings
obligatory in the nature thereof, and to attach thereto the corporate seal of the Company, in the transaction of its surety business;
"RESOLVED, that the signatures and attestations of such officers and the seat of the Company may be affixed to any such Power of Attorney or to
r•� any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
valid and binding upon the Company when so affixed with respect to any bond, undertaking, recognizance or other contract of indemnity or writing
obligatory in the nature thereof;
"RESOLVED, that any such Attorney -in -Fact delivering a secretarial certification that the foregoing resolutions still be in effect may insert in such
certification the date thereof, said date to be not later than the date of delivery thereof by such Attorney -in -Fact"
r 1, Maureen P. Tully, Secretary of American Home Assurance Company and of National Union Fire Insurance Company of
Pittsburgh, Pa. do hereby certify that the foregoing excerpts of Resolutions adopted by the Boards of Directors of these corpora-
tions, and the Powers of Attorney issued pursuant thereto, are true and correct, and that both the Resolutions and the Powers of
Attorney are in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of each corporation
' `+�oYs�ttr�f� J+�oMnpl��fG
this 2n&y of _December 19 91
m.tl�
Maureen P. Tully, Secretary
23240 49/85)
F
CERTIFICATE OF INSURANCE
r
a
-20-
(THIS PAGE LEFT BLANK INTENTIONALLY)
I
PM
CERTIFICATE OF INSURANCE
TO: CITY OF LUBBOCK DATE: 12/5/91
Type of
Lubbock, Texas Project: 6 MG Clearwell Reservoir
Advance Tank & P. 0. Box 189 Wellington, CO 80549
THIS IS TO CERTIFY THAT Construction Co. (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
S
Protective or
Per Occurrence
S
Contingent
Property Damage
S
Liability
.............................................................
......................................................
Per Person
S
Automobile
Per Occurrence
S
--------------------------------------------------------------------------------------------------------------------
Property Damage
S_^_
Comprehensive COY 4241 7/1/91
7/1/92 CSL
1,000,000
General Liability
Aggregate
S 1,000,000
--------------------------------------------------------------------------------------------------------------------
Umbrella Liability
S
The foregoing Policies (do) (do not) cover all sub -contractors.
Locations Covered City of Lubbock Water Treatment Plant, Lubbock, Texas
DESCRIPTION of Operations Covered
6 MG Clearwell Reservoir, City of Lubbock Water Treatment Plant, Bid *11622
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 Certain Insurance Companies.per
MUST BE SENT TO THE OWNER. (Name of Insurer) ip
ay:Pacific Int' 1 Brokers,
Title
46*1
7770*01&4 /S`
-.21.
r�
r
R-OLICY NUMBER: COY 4241
COMPREHENSIVE
REMMKODML GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED -- OWNERS,- LESSEES OR
CONTRACTORS (FORM 6)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
SCHEDULE
Name of Person or Organization:
City of Lubbock, Texas RE: 6 MG Clearwell Reservoir,
City of Lubbock Water Treatment Plant
Bid #11622
(If no entry appears above, information required to complete this endorsement will be shown in the Declarations
as applicable to this -endorsement.)
WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the
Schedule, but only with respect to liability arising out of "your work" for that insured by or for you.
CG 20 10 1185 Copyright, Insurance Services Office, Inc., 1984
F
Poo
PM
ATTACHING TO AND FORMING PART OF
CERTIFICATE NO. COY4241
PRAIRIE.TANK & CONSTRUCTION CO.
ADVANCE TANK & CONSTRUCTION CO.
SECURITY SCHEDULE
100.00%
Placed with the following companies being members of The Institute
d
of London Underwriters:
9.76%
London and Hull Maritime Insurance, Company Limited "T"
A/c
r
9.76%
Yorkshire Insurance Company Limited "L" A/c
9.76%
Prudential Assurance Company Limited "Trust" A/c
7.32%
Northern No. 6 A/c
Northern Assurance Company Limited -
100%
9.76%
Ocean Marine Insurance Company Limited
7.32%
Cornhill "J" A/c
Cornhill Insurance Company Limited -
90%
Allianz International Insurance Company
Limited -
10%
7.32%
Norwich Union Fire Insurance Society Limited No. 1 A/c
p.
4.88%
Phoenix "L" A/c
_
Per: The London Assurance
4.88%
Phoenix "A" A/C
Per Alliance Assurance Co. Ltd.
"7.32%
Excess Insurance Company Limited
3.90%
Minster Insurance Company Limited NO. 3 A/c
2.93%
Orion Group AT
r
Orion Insurance Company Limited "T" A/C -
90%
Yasuda Fire and Marine Insurance Co. of Europe Ltd. -
10%
2.92%
MOAC "T4" - Lombard Continental Ins. PLC
2.92%
Sovereign S.B.1
Sovereign Marine and General Insurance Co. Ltd. -
67.94%
Tokio Marine and Fire Insurance Co. (UK) Ltd. -
16.67%
Taisho Marine and Fire Insurance Co. (UK) Ltd. -
10.26%
Storebrand Insurance Company (UK) Limited -
5.13%
2.92%
Scottish Lion Insurance Company Limited
2.44%
Threadneedle Insurance Company Limited
r
2.92%
Hansa "T" A/c
j
Hansa Marine Insurance Company Limited -
50%
Vesta (UK) Insurance Company Limited -
50%
0.97%
Indemnity Marine Assurance Company Limited "T" A/c
0014z/6
LSR057/90
0.
.[ 3
CERTIFICATE OF INSURANCE
TO: CITY OF LUBBOCK DATE: 12/5/91
Type of
rLubbock, Texas Project: 6.MG Clearwell Reservoir
Advance Tank P. 0. Box 189 Wellington, CO 80549
THIS IS TO CERTIFY THAT Construction Co. (Name and Address of Insured),is, at the date of this certificate, in
r... 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
PON
---•------------------•-•-------------------••---_-----------•--•. . -- ..-------•----•--...------•_---_-_---
Workmen's
Compensation
Ownerss Protec-
Per Person T
tive or Contin- OCP 245007 12/5/91 6/5/93 CSL
Per Occurrence S 600,000
gent Liability
Property Damage S
Contractor's
Per Person S
Protective or OCP 245007 12/5/91 6/5/93 CSL
Per Occurrence S 600,000
Contingent
Property Damage S
r
Liability
..............•-----_-•--...---------------_-----------------__---.......................................--
-
Per Person S
►�
Automobile
Per Occurrence S
_
---------------------------------------------------------------•------_--------------------------------_--•--_••----
Property Damage S
Comprehensive
General Liability
S
Umbrella Liability
S
r"
--------•--•---•---•---------------•---•-----------_--------------------•-----------------__-------_---------------'
The foregoing Policies (do) (do not) cover all sub -contractors.
!-
Locations Covered City of Lubbock Water Treatment Plant, Lubbock, Texas
DESCRIPTION of Operations Covered
r
6 MG Clearwell Reservoir, City of Lubbock Water Treatment Plant,
Bid *11622
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.
Seaboard Surety Company
(Name insurer)
Title���0��
"T
•21-
DEC 05 '91 03:49PM WILLIS CORROON P.2i3
CERTIFICATE Of IRSURAMCE
r,
T0: CITT'OF LUBBOCK DATE: 12/5/91
Type of
Lubbock, Taxes Project: 6 MG Clearwell Reservoir
Advance Tank is P. 0. Box 189 Wellington, CO $0949
THIS If To CERTIFY THAT Construction Co. (wane and Address of Insured) is, at the date of this certifiCate,.In-
sured by this C*Tpany 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 hareinafter described.
Exceptions to standard policy noted hereon.
TYPE OF IKSURAMCE
Policy Ho. Effective Expires
Limits of
Liability
....................................................................................................................
workmen,s
Compensatien
..............................................................•---..........................-
---.................
owner's Prow-
Per Person
Ste_
'
tive or Contin-
Per Occurrence
s
Rent Liability
Property Damage
s
Contractor's•
Per Person
Ste_
Protective or
Per Occurrence
s,�_
r.
Contingent
Property Damage
t
I
Liability
.......................................................... ....... ....................................--------
Per Person
sue`_
rM
i
AutomobIIa
Per Occurrence
ice_
—
.............................._...--•----..................................._......----..............
Property Demiage
s
.............. .
f`
Comprehensive
"
General liability
_
....................................................................................................................
Umbrella liability JU 910 9079 7/1191 711192
Per Occurrence
st►_QOl1_t?00
....................................................................................•---............---...........--
Aggregate
4,000,000
-
The foregoing Policies (do) (do not) cover atl sub -contractors.
r
.
Locations Covered City of Lubbock Water Treatment Plant, Lubbock, Texas
-
DESCRiPTIOU of Operations Covered
6 MG Clearwell Reservoir, City of Lubbock Water Treatment Plant, bid *11622
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 then the legal time required after the insured has
received vritten
notfco of such
change or cancettation, or in case there is no tiget requirement, in less than .live
days in advance
of cancellation.
►iVE COPIES OF THiS CERTIFICATE
MUST SE SENT TO THE OWNER.
Industrial Indemnity (Iri-City)
(Memo of 1 wren
T f t t e 4i5t." /Av
d TRI-CITY BROKERAGE, INC..
50 CALIFORNIA STREET #2955 • SAN FRANCISCO, CA 94111
(415) 986-5050 FAX: (415) 986-5004
TO: Elena Rogan/Willis Corroon DATE:. 12/6/91
FROM: Frances Sasilico
RE: Praire Tank & Construction
JU 910 9079
Dear Elena:
I am pleased to enclose the signed certificate for the City
of Lubbock.
As discussed, there is no need for Industrial to endorse this
cert.holder as an additional insured. Coverage is automatically
picked up. Please refer to the .umbrella jacket III Definitions
A (2) b.
Please advise should you have any questions.
Sincerely,
CERTIFICATE OF INSURANCE
r ,
TO: C17Y OF LUBBOCK
DATE: 12/5/91
r,.
Type: of
t
Lubbock, -Texas
Project: 6 MG Clearwell Reservoir
Advance Tank &
P. 0. Box 189 Wellington, CO 80549
THIS IS TO CERTIFY THAT Construction Co.
(Name and Address of insured) is, at the date of this ceetificate, 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.
r
'
TYPE OF INSURANCE
Policy No. Effective
Expires Limits of Liability
r
a
Statutory $1,000,000
each accident
Workmen's
0612 00 040943
7/1/91 7/1/92 Employers $1,000,000
disease - policy limit
Compensation
Liability $1,000,000
disease- each employE
Owner's Protec-
Per Person
t
_
tive or Contin-
Per Occurrence
i
gent Liability
Property Damage
i
•
..................................................................................................................
Contractor's
Per Person
i
Protective or
Per Occurrence
i
r
Contingent
Property Damage
i
Liability
.._..-••-•-......•-•••.•-••-•-•--••••-•-•.....--•••-......-•.._....••--••--....•••••
.............................•..
r'
0622 00 040943
Per Person
7/1/91 7/1/92
i
Automobile
CSL Per Occurrence
51.000,000
'
................................._.._....•..-•-..._..........._...................•.-_..--•..._....._.....___..-••--
Property Damage
i
r"
Comprehensive
General Liability
i
Umbrella Liability
i
The foregoing Policies (do) (do not) cover all sub -contractors.
Locations Covered City of Lubbock Water Treatment Plant, Lubbock, Texas
DESCRIPTION of Operations Covered -
6 MG Clearwell Reservoir,
City of Lubbock Water Treatment Plant, Sid :11622
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
g
is no legal r
g equirement, in less than five
days
in advance of cancellation.
_
FIVE COPIES OF THIS CERTIFICATE
-77
MUST BE SENT TO THE OWNER.
(Name
Af In rer)
By:
Title
i
r
-21•
PIR
tii%11..i t.cWrtwn�J. wr � S
December 6, 1991
Elena Rogan
Willis Corroon Corporation
RE: Prairie Tank/Advanced Tank Construction
Business Automobile Policy #0622-00-040943
It is currently our policy in most instances not to add the Additional
Insured Endorsement, not because we do not wish to provide the coverage
, but because the addition of such endorsement would be redundant and
render our intent ambiguous. The policy itself provides a very broad
grant of liability coverage through the "Who is an Insured" provision.
Subpart c. of the "Who is an Insured" provision reads: "Anyone who is
liable for the conduct.of an "insured", but only to the extent of that
liability." The definition of "Anyone" would in this instance extend
to the certificateholder who is named n a suit involving the insured's
vehicles, providing that the certificateholder was indeed liable.
Therefore, your intent as expressed on the certificate is correct
without the addition of an endorsement.
Hopefully the preceding is sufficient; should you have further concerns
regarding this issue, please do not hesitate to call and we may discuss
further ways to address this issue. I look forward to hearing from
you soon.
.•
Best regards,
Raquel A. Drosky
Associate Special Risk Underwriter
EMPLOYERS INSURANCE OF WAUSAU
A MUTUAL COMPANY
.•
L`. � L,- U-.' I- L - L- L_ - L- l L l' L.�.: L--
r--
(THIS PAGE LEFT BLANK INTENTIONALLY)
r.,
CONTRACT
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this November 21. 1991, 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 ADVANCE TANK AND CONSTRUCTION CO of the City of WELLINGTON, County of LARIMER and the
State of COLORADO, 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 911622-CITY OF LUBBOCK WATER TREATMENT PLANT IMPROVEMENTS - CONTRACT 4, 6 MG CLEARWELL IN THE AMOUNT OF
$1,393,559.00.
and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or
their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence,
labor, insurance and other accessories and services necessary to complete the said construction in accordance with
the contract documents as defined in the General Condition of Agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with
the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to
make payment on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock -County,
Texas in the year and day first above written.
CITY OF LUBBOCK, TEXAS (OWNER)
c
By;
MAYOR
r
ATTEST:
�.
porateASecretary
•
%41
S5 f
w:
ADVANCE TANK AND CONSTRUCTION CO.
MWRACTOR
1
TITLE:
COMPLETE ADDRESS:
PO BOX 219
3700 EAST COUNTY ROAD 64
WELLINGTON. CO 80549
F
GENERAL CONDITIONS OF THE AGREEMENT
F
-24-
(THIS PAGE LEFT BLANK INTENTIONALLY)
r
r�
I GENERAL CONDITIONS OF THE AGREEMENT
OWNER
Whenever the word owner, or the expression Party of the First Part, or First Party, are used in this 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 Wean the person, persons, co -partnership or corporation, to -wit: ADVANCE TANK AND
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, City of Lubbock, under whose supervision these
contract documents, including the plans and specifications, were prepared, and who will inspect construc-
tions; or to such other representative, supervisor, or inspector as may be authorized by said Owner to act
in any particular under this agreement. Engineers, supervisor or inspectors will act for the Owner under
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
"Directed," "Permitted," "Designated," " " " �.y�" "
Whenever the words Directe,
d Permitted,"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
r�
-25-
by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments
due Subcontractor.
T. 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.
-26-
i
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
shalt, 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 rerxiered, 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 bath the Owner and the
Contractor a written decision on all claims of the parties hereto and on all questicns 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
r 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.
F -27-
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.
-28-
r
r
0
21. OBSERVATION AND TESTING
The Owner or Owner's Representative shall have the right at all reasonable times to observe and test the
work. Contractor shall make necessary arrangements and provide proper facilities and access for such obser-
vation and testing at any location wherever work is in preparation or progress. Contractor shall ascertain
the scope of any observation which may be contemplated by Owner or Owner's Representative and shall give am-
ple notice as to the time each part of the work will be ready for such observation. Owner or Owner's Rep-
resentative may reject any work found to be defective or not in accordance with the contract documents, re-
gardless of the stage of its completion or the time or place of discovery of such errors and regardless of
whether Owner's Observer has previously accepted the work through oversight or otherwise. If any work
should be covered without approval or consent of the owner, it must, if requested by Owner or Owner's Repre-
sentative, be uncovered for examination at Contractor's expense. In the event that any part of the work is
being fabricated or manufactured at a location where it is not convenient for Owner 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 cn 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 Work. In
�` -29-
case the Owner shall make such changes or alterations as shall make useless any work already done or mate-
rial already furnished or used in said work, then the Owner shall recompense the Contractor for any material
or labor so used, and for any actual loss occasioned by such change, due to actual expenses incurred in
preparation for the work as originally planned.
24. EXTRA WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that may be
required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, al-
teration or addition to the work as shown on the plans and specifications or contract documents and not cov-
ered by Contractor's proposal, except as provided under Changes and Alterations herein.
It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representa-
tive when presented with a written work order signed by the Owner's Representative; subject, however, to the
right of the Contractor to require written confirmation of such extra work order by the Owner. It is also
agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined
by the following methods:
Method (A) - By agreed unit prices; or
Method (6) - By agreed lump sum; or
Method (C) - If neither Method (A) or Method (6) be agreed upon before the extra work is com-
menced, then the Contractor shall be paid the actual field cost of the work, plus
fifteen (15%) per cent.
In the event said extra work be performed and paid for under Method (C), then the provisions of this para-
graph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as
foremen, timekeepers, mechanics and laborers, materials, supplies," teams,trucks, rentals on machinery and
equipment, for the time actually employed or used on such extra work, plus actual transportation charges
necessarily incurred, together with all expenses incurred directly on account of such extra work, including
Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workmen's
Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or
Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts
of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's
Representative. The Owner's Representative may also specify in writing, before the work commences, the
method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these mat-
ters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machin-
ery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of
Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical,
the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work
order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and com-
pensate him for his profit, overhead, general superintendence and field office expense, and all other ele-
ments of cost and expense not embraced within the actual field cost as herein defined, save that where the
Contractor's Camp or Field office must be maintained primarily on account of such Extra Work, then the cost
to maintain and operate the same shall be included in the "actual field cost."
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In
case any orders or instructions appear to the Contractor to involve extra work for which he should receive
compensation or an adjustment in the construction time, he shall make written request to the Owner's Repre-
sentative for a written order authorizing such extra work. Should a difference of opinion arise as to what
does or does not constitute extra work or as to the payment therefore, and the Owner's Representative in-
sists upon its performance, the Contractor shall proceed with the work after making written request for
written order and shall keep adequate and accurate account of the actual field cost thereof, as provided
under Method (C). The Contractor will thereby preserve the right to submit the matter of payment to arbi-
tration as herein below provided.
-30-
r�
E`
r
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
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 tfn?s exercise reasonable
�+ precaution for the safety of employees and others on or near the work and shall comply with all applicable
1 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 NManual of Accident Prevention
in Construction" of Associated General Contractors of America, except where incompatible with federal, state
E 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
rwith 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.
-31-
i
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 S300,000 Bodily
Injury and S300,000 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, S500,000 per occurrence, and S100,000 for Property --
Damage.
C. Comprehensive Automobile Liability Insurance
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury S250/500,000
Property Damage S100,000
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.
-32-
F.
E. Excess or Umbrella Liability Insurance
The Contractor shall have Excess or Umbrella liability Insurance in the amxxmt of
(S4,000,000 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 M0,000 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.
(T) 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
i
-33-
shall remain unpaid, withhold from the unpaid portion of this contract, a sum equal to the amount of such
unpaid indebtedness or may apply the sum so withheld to discharge any such indebtedness.
Any and all communications between any party under this paragraph must be in writing.
30. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The contractor shall pay all royalties and license fees, and shall provide for the use of any design, de-
vice, material or process covered by letters patent or copyright by suitable legal agreement with the Paten-
tee or Owner thereof. The Contractor shall defend all suits or claims for infringement of any patent or
copyrights and shall indemnify and save the Owner harmless from any loss on account thereof, except that
Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular
design, device, material or process or the product of a particular manufacturer or manufacturers is speci-
fied or required in these contract documents by owner; provided, however, if choice of alternate design, de-
vice, material or process is allowed to the Contractor, then Contractor 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 $15,450.00 (FIFTEEN THOUSAND FOUR HUNDRED FIFTY DOLLARS) PER DAY, not as a penalty,
MIS
but as liquidated damages for the breach of the contract as herein set forth for each and every calendar day
that the Contractor shall be in default after the time stipulated for completing the work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the 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 constructin3 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
-35-
shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of
the work embraced in this contract except where the work is stopped by order of the Owner or Owner's
Representative for the Owner's convenience, in which event, such expense as in the judgment of the Owner's
Representative that is caused by such stoppage shall be paid by Owner to Contractor.
37. QUANTITIES AND MEASUREMENTS
No extra or customary measurements of any kind will be allowed, but the actual measured or computed length,
area, solid contents, number and weight only shall be considered, unless otherwise specifically provided.
In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract,
including the specifications, plans and other contract documents are intended to show clearly ail 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 shalt 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 earner 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 shalt be considered as conclusive evidence of the performance of the
contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of de-
fective work. Contractor shall at any time requested during the progress of the work furnish the Owner or
Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness
in connection with the work. Before final payment is made, Contractor shall satisfy owner, by affidavit or
otherwise, that there are no outstanding liens against owner's premises by reason of any work under the con-
tract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all
claims against owner which have not theretofore been timely filed as provided in this contract.
.36-
41. PARTIAL PAYMENTS
on or before the tenth day of each month, the Contractor shall submit to Owner's Representative an applica-
tion for partial payment. Owner's Representative shall review said application for partial payment and the
progress of the work made by the Contractor and if 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 sand 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 terns of this agreement. It is understood, however, that in case the whole
work be near to completion, and this fact is certified to by Owner's Representative and some unexpected and
some unusual delay occurs due to no fault or negligence on the part of the Contractor, the Owner may upon
written recommendation of owner's Representative pay a reasonable and equitable portion of the retained per-
centage due Contractor.
42. FINAL COMPLETION AND ACCEPTANCE
` 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
Upon the issuance of the certificate of completion, the Owner's Representative shall proceed to make final
measurement and prepare a final statement of the value of all work performed and materials furnished under
the terms of the agreement, and shall certify same to the Owner, who shall pay to the Contractor on or be-
fore the 31st day after the date of certificate of completion, the balance due Contractor under the terms of
this agreement, provided he has fully performed his contractual obligations under the terms of this con-
tract; and said payment shall become due in any event upon said performance by the Contractor. Neither the
certificate of acceptance nor the final payment, nor any provisions in the contract documents shall relieve
the Contractor of the obligation for fulfillment of any warranty which may be required in the special condi-
u 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
7 -37-
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 shell 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, at seq., Vernon's Annotated
Civil Statutes. THE DECISION OF THE ARBITERS UPON ANY QUESTION SUBMITTED TO ARBITRATION UNDER THIS CONTRACT
SHALL BE A CONDITION PRECEDENT TO ANY RIGHT OF LEGAL ACTION.
-38-
F
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 SY CONTRACTOR
t 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
l 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 York, where credit shall be allowed as
provided for under paragraph 24 of this contract); it being understood that the use of such equipment and
materials will 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 became 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 Suretyshall be and remain bound therefore. However, should the cost to complete
omplete 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.
i"
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.
r
7
-39-
In the event the statement of accounts shows that the cost to complete the work is less than that which
would have been the cost to the Owner had the work been completed by the Contractor under the terms of this
contract, or when the Contractor and/or his Surety shall pay the balance shown to be due by them to the
owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be
turned over to the Contractor and/or his Surety. Should the cost to complete the work exceed the contract
price, and the Contractor and/or his Surety fail to pay the amount due the Owner within the time designated
hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the
work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the
Contractor and his Surety at the respective addresses designated in this contract; provided, however, that
actual written notice given in any manner will satisfy this condition. After mailing, or other giving of
such notice, such property shall be held at the risk of the Contractor and his Surety subject only to the _
duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) days from the date
of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net
sum derived from such sale to the credit of the Contractor and his Surety. Such sale may be made at either
public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machin-
ery, equipment, tools, materials, or supplies which remain on the *jobsite and belong to persons other than
the Contractor or his Surety, to their proper owners.
50. ABANDONMENT BY OWNER
In case the owner shall fail to comply with the terms of this contract, and should fail or refuse to comply
with said terms within ten (10) days after written notification by the Contractor, then the Contractor may
suspend or wholly abandon the work, and may remove therefrom all machinery, tools, and equipment, and all
materials on the ground that have not been included in payments to the Contractor and have not been Incorpo-
rated into the work. Thereupon, the Owner's Representative shall make an estimate of the total amount
earned by the Contractor, which estimate shall include the value of all work actually completed by said Con-
tractor at the prices stated in the the attached proposal, the value of all partially completed work at a
fair and equitable price, and the amount of all Extra Work performed at the prices agreed upon, or provided
for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the Con-
tractor to carry the whole work to completion, and which cannot be utilized. The Owner's Representative
shall then make a final statement of the balance due the Contractor by deducting from the above estimate 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 S25,000.00, the statu-
tory bonds will not be required. All bonds, if required, shall be submitted on forms supplied by the owner,
and executed by an approved Surety Company authorized to do business in the State of Texas. And it is fur-
ther agreed that this contract shall not be in effect until such bonds are so furnished.
52. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special con-
ditions conflict with any of the general conditions contained in this contract, then in such event the
special conditions shall control.
-40-
,.. 53. LOSSES FROM NATURAL CAUSES
Unless otherwise specified herein, all loss or damage to the Contractor arising out of the nature of the
work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution
of the same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the
work, shall be sustained and borne by the Contractor at his own cost and expense.
54. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and au-
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
OW any time charge 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.
rw 55. CLEANING UP
t
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.
-41-
(THIS PAGE LEFT BLANK INTENTIONALLY)
F
CURRENT WAGE DETERMINATIONS
-42-
(THIS PAGE LEFT BLANK INTENTIONALLY)
r
DGV:da
r
F
19
Resolution #2502
January 8, 1987
Agenda Item #18
RESOLUTION
WHEREAS, the City Council has heretofore established the general
prevailing rate of per diem wages for each craft or type of workmen or
mechanics needed to execute public works contracts for the City of Lubbock
in accordance with the provisions of Vernon's Ann.Civ.St., Art. 5159a; and
WHEREAS, such wage rates were established by Resolution No. 719
enacted February 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.
Ranettd.Boyd, City Secretary
APPROVEDP
ONTENT:
� ,
1.0
Bi 1 P yne, D rector of Building
Services
B.C. McMINN, MAYOR
APPROVED AS TO FORM:
Do ld G. Vandiver, First
Assistant City Attorney
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
r
r
Hourly Rate
$5.25
4.75
7.35
4.75
10.50
4.75
6.50
5.50
4.75
5.80
6.50
6.00
6.00
5.25
6.50
5.85
6.40
6.40
8.00
5.25
5.25
5.50
5.25
5.25
w• t
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 0
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.
NOTICE OF ACCEPTANCE
-43-
(THIS PAGE LEFT BLANK INTENTIONALLY)
r
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
806-767-2167
November 21, 1991
ADVANCE TANK & CONSTRUCTION CO.
P.O. BOX 219
3700 EAST COUNTY ROAD 64
WELLINGTON, CO 80549
SUBJECT: WATER TREATMENT PLANT IMPROVEMENTS
6MG CLEARWELL CONTRACT 4
Office of
Purchasing
The City of Lubbock, having considered the proposals submitted and
opened on the 6th day of November, 1991, for work to be done and
materials to be furnished in and for:
City of Lubbock Bid # 11622
Water Treatment Plant Improvements
6MG Clearwell Contract 4
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 November 21, 1991, at the bid price
contained therein, subject to the execution of and furnishing of all
other documents specified and required to be executed and furnished
under the contract 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 retained by the City of
Lubbock.
CITY OF LUBBOCK
Gene Eads, C.P.M.
Purchasing Manager
F
r
SUPPLEMENTAL CONDITIONS
-44-
(THIS PAGE LEFT BLANK INTENTIONALLY)
r
O1
02
03
04
05
06
07
O8
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
00805-1
O1
91G19 SECTION 00805
02
03
SUPPLEMENTARY GENERAL CONDITIONS
04
05
06
07
08
PART 1 - GENERAL
09
10
1.01 ADDITIONS, DELETIONS, AND REVISIONS
11
12
A. General Conditions. This term, when used in this
13
contract, shall be understood as referring to both the
14
General Conditions of the Agreement and the Supplementary
15
General Conditions.
16
17
B. Engineer. The term Engineer means HDR Engineering, Inc.
18
acting within the scope of duties contained within the
19
Supplementary General Conditions and as described in
20
Exhibit A of the Supplementary General Conditions. The
21
performance of the Engineer's duties is intended to be for
22
the sole and exclusive benefit of the Owner, and nothing
23
contained in the Contract Documents shall create any
24
contractural relationship between the Engineer and any
25
Contractor or any Subcontractor.
26
27
C. General Conditions "5. Interpretation of Phrases," add
28
the following paragraphs at the end of the second
29
paragraph.
30
31
1. "Whenever the words 'inspect,' 'inspects,'
32
'inspected,' 'inspection,' 'inspections,' 'review,'
33
'examination' or 'supervises' are used in the Contract
34
Documents, they shall be interpreted to mean 'to
35
become generally familiar with the progress and
36
quality of the work to determine if the work is
37
proceeding in general accordance with the Contract
38
Documents based on what is plainly visible at the
39
construction site, without the removal of materials or
40
other construction that is in place.' None of these
41
words shall mean that Owner's Representative is
42
required or expected to make exhaustive or continuous
43
on -site inspections to check the quality of the work.
44
On the basis of the on— site inspections, Owner's
45
Representative will endeavor to keep the Owner
46
informed of the progress and quality of the work, and
47
shall endeavor to guard the Owner against defects and
48
deficiencies in the Work."
49
50
51
2. "Whenever the word 'supervisor' or 'inspector' is used
52
in the Contract Documents, it shall be interpreted to
53
City of Lubbock, Municipal Water Treatment - Contract 4
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
00805-2
mean 'one who inspects.'"
D. General Conditions "13. Lines and Grades," modify as
follows:
1. Delete the entire paragraph and replace with the
following:
The Engineer shall provide a baseline and a datum
bench mark reference point. If the Contractor,,
through willfulness or carelessness, removes, causes
or allows such points to be removed before the
prosecution of Work requires it, the replacing of such
line and elevation points shall be done at the expense
of the Contractor.
a. The Contractor shall, at his own expense, employ a
registered engineer or licensed land surveyor
acceptable to the Owner to give to the Contractor
lines and elevations for the Contractor's use in
constructing the Work. The registered engineer or
licensed land surveyor shall furnish to the
Engineer, through the Contractor, a signed plat
certifying to the location and elevations of the
Work indicating ties and closure to the Engineer's
baseline and datum bench mark.
E. General Conditions "16. Insurance," modify as follows:
1. Delete the second paragraph, "The insurance
certificates furnished . . . shall be
subcontracted." and replace it with the following:
"The insurance certificates furnished shall name the
City and HDR Engineering, Inc. as additional
insureds, 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."
F. General Conditions "26. Right of Owner to Modify Methods
Equipment," modify as follows:
1. Delete the first paragraph of this section.,
G. General Conditions "27. Protection Against Accident to
Employees and the Public," modify as follows:
1. Delete the fourth sentence of the first paragraph,
i.e., "The Contractor, his sureties . including
attorney's fees." and replace it with the following:
"The Contractor, his sureties and insurance carriers
shall defend, indemnify and save harmless the Owner
and all of its officers, agents, including Engineer,
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
City of Lubbock, Municipal Water Treatment - Contract 4
O1
and employees from all suits, actions, or claims of
02
any character whatsoever, brought for or on account of
03
any injuries or damages received or sustained by any
04
person or persons or property, on account of any
05
negligent act or fault of the Contractor or any
4
06
subcontractor, their agents or employees, in the
07
execution and supervision of said contract, and
08
project which is the subject matter of this contract,
09
on account of the failure of the Contractor or any
+
10
subcontractor to provide necessary barricades, warning
11
lights, or signs and will be required to pay any
7
12
judgment with costs which may be obtained against the
13
Owner or any of its officers, agents, including
`'
14
Engineer, or employees including attorney's fees."
15
r
16
H. General Conditions "28. Contractor's Insurance" modify as
17
follows:
18
19
1. Add the following paragraph after the first paragraph:
20
"All insurance, as hereafter specified, shall include
21
a waiver of subrogation against the Owner, the Owner's
22
agents, and the Owner's Engineer."
23
24
2. In addition to the City, the Engineer is to be named
25
as an additional insured on the Comprehensive General
26
Liability Insurance, the Owner's Protective or
27
Contingent Public Liability and Property Damage
28
Liability Insurance, the Comprehensive Automobile
29
Liability Insurance and the Excess or Umbrella
30
Liability Insurance policies, and a copy of the
l
l
31
endorsement doing the foregoing is to be attached to
32
the Certificates of Insurance for such policies.
33
34
3. The Engineer is to be named as an additional insured
35
on the Builder's Risk Insurance Policy, as its
36
37
interests may appear.
38
I. General Conditions "38. Protection of Adjoining
39
Property," modify as follows:
r
40
41
1. Delete the last sentence of the paragraph, i.e., "The
`
42
Contractor agrees to . . . out of the existence or
43
character of the work." and replace it with the
44
following: "The Contractor agrees to indemnify, save
t
l
45
and hold harmless the Owner and the Engineer against
46
any claim or claims for damages due to any adjacent or
f7
47
adjoining property arising or growing out of the
48
performance of this contract, but such indemnity shall
49
not apply to any claim of any kind arising out of the
50
existence or character of the work."
r
51
52
J. General Conditions "52. Special Conditions," modify as
53
follows:
City of Lubbock, Municipal Water Treatment - Contract 4
r
1i:47"
00805-4
01
01
02
1. Delete the paragraph and replace it with the
02
03
following: "In the event any special or supplementary
03
04
general conditions that are a part of the contract
04
05
documents conflict with any of the general conditions
05
06
contained in this contract, then in such event the
06
07
special or supplementary general conditions shall
07
08
control."
08
09
09
10
K. General Conditions "56. Construction Procedures and
10
11
Safety," add the following paragraph:
11
12
12
13
1. "Owner's Representative and the Engineer shall not
13
14
specify construction or service- related procedures
14
15
and shall not manage, control or have charge of
15
16
construction, nor shall Owner's Representative or
16
17
Engineer implement or be responsible for health or
17
18
safety procedures. Owner's Representative and
18
19
Engineer shall not be responsible for the acts or
19
20
omissions of Contractor or other parties on the
20
21
project and shall not be responsible for construction
21
22
means, methods, techniques, sequences, or procedures,
22
23
nor for precautions or programs. All of these matters
23
24
shall be the responsibility of the Contractor.
24
25
Owner's Representative's and Engineer's monitoring or
25
26
review of portions of the work performed under any
26
27
construction contracts shall not relieve the
27
28
Contractor from its responsibility for performing the
28
29
work in accordance with the applicable contract
29
30
documents." Contractor shall defend, indemnify and
30
31
hold harmless Owner, Engineer, their officials,
31
32
officers, directors, consultants, agents and employees
32
33
from and against all claims, damages, whether direct,
33
34
indirect or consequential, losses and expenses
34
35
(including but not limited to attorney's fees and
35
36
court costs) connected with any illness, injury or
36
37
loss to the person or property of Contractor, its
37
38
subcontractors, suppliers, their employees and agents,
38
39
or any other person, arising out of or resulting from
39
40
Contractor's responsibilities under this paragraph;
40
41
the foregoing shall apply notwithstanding the
41
42
negligence of any person or entity indemnified
42
43
hereunder.
43
44
44
45
Not withstanding the above, the Contractor will not be
45
46
required to indemnify the Owner's Representative or the
46
47
Engineer to causes arising out of the Engineer's negligent
47
48
acts, errors, or omissions.
48
49
49
50
L. General Conditions "57. Benefit of Engineer's
50
51
Performance," add the following paragraph:
51
52
52
53
1. "The Engineer's performance under the contract
53
City of Lubbock, Municipal Water Treatment —Contract 4
4
00805-5
01
documents is intended to be for the sole and exclusive
02
benefit of Owner."
(
03
04
M. Contractor shall furnish evidence to the Canadian River
05
Municipal Water Authority that, with respect to all
06
operations affecting the Aqueduct, that the Contractor
07
carries regular contractor liability insurance and, in
08
addition, a protective liability policy on behalf of the
09
Water Authority which will pay for all costs and expenses
s
10
incurred from damages to the aqueduct facility and related
11
claims, with a minimum liability limit of $250,000. A
r..
12
Certificate of Insurance shall be furnished to the CRMWA
13
by the Contractor prior to proceeding with any work
14
affecting the Aqueduct.
15
r-
16
l
17
EXHIBIT A
18
r.
19
ENGINEER'S STATUS DURING CONSTRUCTION
20
21
22
A.1. The duties and responsibilites and the limitations of authority
23
of Engineer during construction are set forth in the Contract
24
Documents and shall not be extended without written consent of
25
Owner and Engineer.
26
27
A.2. Engineer will make visits to the site at intervals
28
appropriate to the various stages of construction as
29
Engineer deems necessary in order to observe as an
30
experienced and qualified design professional the progress
31
that has been made and the quality of the various aspects
32
of Contractor's executed Work. Based on information
f..
33
obtained during such visits and observations, Engineer
i
34
will endeavor for the benefit of Owner to determine, in
35
general, if the Work is proceeding in accordance with the
36
Contract Documents. Engineer will not.be required to make
37
exhaustive or continuous on -site inspections to check the
38
quality or quantity of the Work. Engineer's efforts will
39
be directed toward providing for Owner a greater degree of
r.
40
confidence that the completed Work will conform generally
41
to the Contract Documents. On the basis of such
42
visits and on -site observations are subject to all the
43
limitations on Engineer's authority and responsibility
44
set forth in paragraph A.7 and particulary, but
45
without limitation, during or as a result of
46
Engineer's on -site visits or observations of
r..
47
Contractor's Work Engineer will not supervise, direct,
48
control or have authority over or be responsible for
49
Contractor's means, methods, techniques, secquences or
50
procedures of construction, or the safety precautions
51
and programs incident thereto, or for any failure of
52
Contractor to comply with Laws and Regulations
53
applicable to the furnishing or performance of the
City of Lubbock, Municipal Water Treatment - Contract 4
6 ..
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
Work.
01
02
A.3.
Engineer will furnish a Resident Project
03
Representative to assist Engineer in providing more
04
continuous observation of the Work. The
05
responsibilities and authority and limitations thereon
06
of any such Resident Project Representative and
07
assistants will be as provided in paragraph A.13.
08
09
A.4.
Engineer will issue with reasonable promptness such
10
written clarifications or interpretations of the
11
requirements of the Contract Documents (in the form of
12
Drawings or otherwise) as Engineer may determine
13
necessary, which shall be consistent with the intent of
14
and reasonably inferable from Contract Documents.
15
Such written clarifications and interpretations will
16
be binding on Owner and Contractor. If Owner or
17
Contractor believes that a written clarification or
18
interpretation justifies an adjustment in the Contract
19
Price or the Contract Times and the parties are unable
20
to agree to the amount or extent thereof, if any,
21
Owner or Contractor may make a written claim thereof
22
as provided in paragraph 24 of the General Conditions.
23
24
A.5.
Engineer may authorize minor variations in the Work
25
from the requirements of the Contract Documents which
26.
do not involve an adjustment in the Contract Price or
27
the Contract Times and are compatible with the design
28
concept of the completed Project as a functioning
29
whole as indicated by the Contract Documents. These
30
may be accomplished by a Field Order and will be
31
binding on Owner and also on Contractor who shall
32
perform the Work involved promptly. If Owner or
33
Contractor believes that a Field Order justifies an
34
adjustment in the Contract Price or the Contract Times
35
and the parties are unable to agree as to the amount
36
or extent thereof, Owner or Contractor may make a
37
written claim therefor as provided in paragraph 24 of
38
the General Conditions.
39
40
A.6.
Engineer will have authority to disapprove or reject
41
Work which Engineer believes to be defective, or that
42
Engineer believes will not produce a completed Project
43
that conforms to the Contract Documents or that will
44
prejudice the integrity of the design concept of the
45
completed Project as a functioning whole as indicated
46
by the Contract Documents. Engineer will also have
47
authority to require special inspection or testing of
48
the Work as provided in paragraph 21, of the General
49
Conditions whether or not the Work is fabricated,
50
installed or completed.
51
52
A.7.
Limitations on Engineer's Authority and
53
City of Lubbock, Municipal Water Treatment - Contract 4
r
I
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
Responsibilities:
1. Neither Engineer's authority or responsibility under
this paragraph or under any other provision of the
Contract Documents nor any decision made by Engineer
in good faith either to exercise or not exercise or
performance of any authority or responsibility by
Engineer shall create, impose or give rise to any duty
owed by Engineer to Contractor, any Subcontractor, any
Supplier, any other person or organization, or to any
surety for or employee or agent of any of them.
2. Engineer will not supervise, direct, control or have
authority over or be responsible for Contractor's
means, methods, techniques, sequences or procedures of
construction, or the safety precautions and programs
incident thereto, or for any failure of Contractor to
comply with Laws and Regulations applicable to the
furnishing or performance of the Work. Engineer will
not be reponsible for Contractor's failure to perform
or furnish the Work in accordance with the Contract
Documents.
3. Engineer will not be responsible for the acts or
omissions of Contractor or of any Subcontractor, any
Supplier, or of any other person or organization
performing or furnishing any of the Work.
4. Engineer's review of the final Application for Payment
and accompanying documentation and all maintenance and
operating instructions, schedules, guarantees, bonds
and certificates of inspection, tests and approvals
and other documentation required to be delivered will
only be to determine generally that their content
complies with the requirements of, and in the case of
certificates of inspections, tests and approvals that
the results certified indicate compliance with, the
Contract Documents.
5. The limitations upon authority and responsibility set
forth in this paragraph shall also apply to Engineer's
Consultants, Resident Project Representative and
assistants.
END OF SECTION
City of Lubbock, Municipal Water Treatment - Contract 4
00805-7
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
(THIS PAGE LEFT BLANK INTENTIONALLY)
Lubbock Water
Treatment Plant
Improvements
6 MG Clearwell
Contract 4
City of Lubbock,
Texas
Project Manual
September 1991
HENRY
i 23070 R.
h �i�'iSjL r
L-
HDR Engineering, Inc.
(THIS PAGE LEFT BLANK INTENTIONALLY)
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
r
PROJECT MANUAL
LUBBOCK WATER TREATMENT PLANT IMPROVEMENTS
6 MG CLEARWELL
CONTRACT 4
TABLE OF CONTENTS
DIVISION 0 - BIDDING REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS
OF THE CONTRACT
00805 SUPPLEMENTARY GENERAL CONDITIONS
DIVISION 1 - GENERAL REQUIREMENTS
01010
SUMMARY OF WORK
01060
SPECIAL CONDITIONS
01150
APPLICATION FOR PAYMENT
01310
CONSTRUCTION SCHEDULES
01340
SHOP DRAWINGS, PRODUCT DATA & SAMPLES, OPERATION AND
01370
SCHEDULE OF VALUES
01500
CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS
01600
PRODUCT DELIVERY, STORAGE, AND HANDLING
01640
PRODUCT SUBSTITUTIONS
01650
STARTUP
01700
CONTRACT CLOSEOUT
01710
CLEANING
01800
OPENINGS AND PENETRATIONS IN CONSTRUCTION
DIVISION 2 - SITE WORK
02110 SITE CLEARING
02200 EARTHWORK
02221 TRENCHING, BACKFILLING, AND COMPACTING FOR UTILITIES
02444 CHAIN LINK FENCE AND GATES
DIVISION 3 - CONCRETE
03108 FORMWORK
03208 REINFORCEMENT
03308 CONCRETE, MATERIALS AND PROPORTIONING
03311 CONCRETE MIXING, PLACING, JOINTING, AND CURING
03348 CONCRETE FINISHING AND REPAIR OF SURFACE DEFECTS
03350 TESTING
DIVISION 9 - FINISHES
09905 PAINTING AND PROTECTIVE COATINGS
City of Lubbock, Municipal Water Treatment - Contract 4
TOC-1
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
r
TOC-2
O1
02
03
DIVISION
11 - EQUIPMENT
04
05
11005
EQUIPMENT: GENERAL REQUIREMENTS
06
07
08
DIVISION
13 - SPECIAL CONSTRUCTION
09
10
13213
RESERVOIRS: STEEL (GROUND LEVEL)
11
12
13
DIVISION
15 - MECHANICAL
14
15
15060
PIPE AND PIPE FITTINGS: GENERAL REQUIREMENTS
16
15061
PIPE: STEEL
17
15062
PIPE: DUCTILE
18
15070
PIPE: REINFORCED CONCRETE CYLINDER
19
15090
PIPE SUPPORT SYSTEMS
20
15100
VALVES: GENERAL REQUIREMENTS
21
1`5101
GATE VALVES
22
.15103
BUTTERFLY VALVES
23
15105
GLOBE VALVES
24
15114
MISCELLANEOUS VALVES
25
26
27
28
29
City of Lubbock, Municipal Water Treatment — Contract 4
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
BIDDING
REQUIREMENTS,
CONTRACT
FORMS, AND
CONDITIONS OF
THE CONTRACT
0
(THIS PAGE LEFT BLANK INTENTIONALLY)
F.
14,
(THIS PAGE LEFT BLANK INTENTIONALLY)
r
O1
02
03
SECTION 01010
04
05
SUMMARY OF WORK
06
07
PART 1
- GENERAL
08
r
09
1.01
WORK COVERED BY ,CONTRACT DOCUMENTS
10
11
A.
The Work of this Contract consists of a six million gallon
12
Clearwell, valve vault, miscellaneous site work and
13
electrical and cathodic protection.
C
f
14
15
B.
Furnish all materials, equipment, supplies, appurtenances;
r-
16
provide all construction plant equipment and tools; and
t
17
perform all necessary labor and supervision.
18
19
C.
Coordinate the progress of the Work including coordination
20
between trades, subcontractors, suppliers, public
21
utilities and Owner to ensure the progress of Work.
22
23
D.
It is the intent of this contract that Work proceed in the
24
most expeditious manner possible.
25
26
1.02
CONTRACTS
r`
27
28
A.
Construct the Work under a single fixed price contract.
29
30
1.03
WORK BY OTHERS
31
32
A.
Other Contractors:
33
1. Contract No. 1 - SDWA improvements including Chlorine
34
Contact Basin and Clearwell Transfer Pumping Station.
35
Start in October 1991; complete in April 1993.
36
2. Contract No. 2 - Chlorine Feed Room and Storage Room
37
and Ammonia Feed Room. Start in January 1992;
t
38
complete in March 1993.
39
3. Contract No. 3 - Site Work Improvements, chemical
40
feed improvements, carbon contact and blower building,
r
41
and Plant Rehabilitation. Start in March 1992;
G
42
complete in May 1994.
43
4. Contract No. 5 - Laboratory addition.
r
44
5. Demolition of Lime storage tank.
45
46
1.04
WORK SEQUENCE
47
48
A.
Construct Work shall allow for Owner's continuous
E
!
49
occupancy and for uninterrupted treatment of water during
50
construction. Coordinate construction schedule and
51
operations with the Owner.
52
53
B.
Work to be performed during low flow periods from December
City of Lubbock, Municipal Water Treatment - Contract 4
01010-1
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01010-2
15, 1992 through.January 1993.
1. Clearwell Transfer Station piping connection to 6 MG
Clearwell.
C. The Contractor shall coordinate his connection of the 48
IN clearwell influent pipe installed under Contract 1 to
minimize road obstructions.
D. Sequences other than those specified will be considered by
Engineer, provided they afford equivalent continuity of
operations:
E. Power outages of up to 4 HRS duration will be permitted.
1. Schedule each outage with Engineer and Owner.
1.05 CONTRACTOR'S USE OF PREMISES
A. Contractor shall limit his use of the premises for Work
and storage, to allow for Owner occupancy.
B. Coordinate use of premises under direction of Engineer.
C. Assume full responsibility for the protection and
safekeeping of products furnished under this Contract,`
stored on or off the site.
D. Move any stored products under Contractor's control, which
interfere with operations of the Owner.
E. Obtain and pay for the use of additional storage or work
areas needed for operations.
F. Contractor may use those areas indicated on the drawings
for storage and such additional areas as Engineer may
designate.
1.06 EASEMENTS AND RIGHTS -OF -WAY
A. Owner will provide easements and rights -of -ways for
pipelines.
B. Confine construction operations to the immediate vicinity
of the location indicated on drawings and use due care in
placing construction tools, equipment, excavated
materials, and pipeline materials and supplies, so as to
cause the least possible damage to property and
interference with traffic.
C. Within Highway and Railroad Rights -of -Way.
1. Owner will obtain permits.
2. Perform all work and conduct all operations of
Contractor, his employees, and his subcontractors in
accordance with the requirements, and under the
City of Lubbock, Municipal Water` Treatment - Contract 4
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
r
0
r
f
01
control (through Owner) of the railroad or highway
02
authority owning, or having jurisdiction over and
03
control of, the right-of-way in each case.
04
05
1.07
FENCES
06
07
A.
Maintain all fences affected by the Work until completion
08
of the Work.
09
10
B.
Do not relocate or dismantle fences which interfere with
11
construction operations before obtaining written
12
permission from the fence owner with an agreement as to
13
the length of time the fence may be left relocated or
14
dismantled.
15
16
C.
Where fences must be maintained across the construction
17
easement install adequate gates.
18
19
D.
Keep gates closed and locked when not in use.
20
21
E.
At the completion of Work across any tract of land restore
22
fences to their original or better condition and to their
23
original location.
24
25
1.08
PROTECTION OF PUBLIC AND PRIVATE PROPERTY
26
27
A.
Protect, share, brace, support, and maintain underground
28
pipes, conduits, drains, and other underground
29
construction uncovered or otherwise affected by
30
construction operations.
31
32
B.
Restore to their original condition, pavement, surfacing,
33
driveways, curbs, walks, buildings, utility poles, guy
34
wires, fences, and other surface structures affected by
35
construction operations, together with sod and shrubs in
36
yards and parkings, whether within or outside the
37
easement.
38
39
C.
Use new materials for replacements.
40
41
D.
Do not remove trees outside the permanent easement, except
42
as authorized by Engineer.
43
1. Where practical, tunnel beneath trees in yards and
44
parkings when on or near the line of trench.
45
2. Employ hand excavation as necessary to prevent tree
46
injury.
47
3. Adequately protect trees left standing against damage
48
by construction operations.
49
50
E.
Contractor shall be responsible for all damage to streets,
51
roads, highways, shoulders, ditches, embankments,
52
culverts, bridges, and other public or private property,
53
regardless of location or character, which may be caused
City of Lubbock, Municipal Water Treatment - Contract 4
01010-3
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
7
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01010-4
by transporting equipment, materials, or men to or from
01
the Work or any part or site thereof, whether by him or
02
his subcontractors.
03
04
F.
Make satisfactory and acceptable arrangements with the
05
owner of, or the agency or authority having jurisdiction
06
over, any damaged property concerning its repair or
07
replacement or payment of costs incurred in connection
08
with the damage.
09
10
G.
Keep fire hydrants and water control valves free from
11
obstruction and available for use at all times.
12
13
1.09
MAINTENANCE OF TRAFFIC
14
15
A.
Conduct Work to interfere as little as possible with
16
public travel, whether vehicular or pedestrian.
17
1. Whenever it is necessary to cross, close, or obstruct
18
roads, driveways and walks, whether public or private,
19
provide and maintain suitable and safe bridges,
20
detours, or other temporary expedients for
21
accommodation of public and private travel.
22
23
1.10
OWNER OCCUPANCY
24
25
A.
Owner will occupy the premises during the entire period of
26
construction for the conduct of his normal operations.
27
Cooperate with Owner in all construction operations to
28
minimize conflict, and to facilitate Owner usage.
29
30
1.11
PARTIAL OWNER OCCUPANCY
31
32
A.
The Contractor shall schedule his operations for
33
completion of portions of the Work, as designated under
34
Sequence of Work, for the Owner's occupancy prior to
35
Substantial Completion of the entire work.
36
37
B.
Owner will occupy new facilities for the purpose of
38
conducting his normal operations.
39
40
C.
Immediately prior to Owner occupancy of new facilities
41
Engineer shall issue a certificate of occupancy
42
designating a date of occupancy and defining the area
43
occupied.
44
1. Contractor's responsibilities:
45
a. Allow access for Owner's personnel.
46
b. Allow access for public.
47
c. Allow operation of heating, ventilating and
48
electrical systems.
49
2. Owner's responsibilities:
50
a. Operate heating and ventilating system.
51
b. Assume responsibility for power requirements.
52
c. Assume responsibility for property insurance on
53
City of Lubbock, Municipal Water Treatment - Contract 4
F
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01010-5
occupied areas.
01
d. Assume responsibility for security and _fire
02
protection in occupiedareas, but not extending to
03
protection of Contractor's materials and equipment
04
in occupied areas.
05
3. Other conditions of occupancy:
06
a. The correction period for the occupied Work shall
07
commence at the date of occupancy.
08
09
1.12
SUBSTANTIAL COMPLETION
10
11
A.
For the purposes of establishing when the project is
12
substantially complete and suitable for its intended
13
purpose, the following functional components shall be
14
completed.
15
16
B.
Functional components which shall be operational include:
17
1. 6 MG Clearwell.
18
2. Piping connections to Clearwell.
19
3. Cathodic Protection system.
20
21
1.13
LINES AND GRADES
22
23
A.
Construct all Work to the lines, grades and elevations
24
indicated on the drawings.
25
1. Remove and reconstruct improperly located Work:
26
27
B.
Engineer will establish or designate 2 basic horizontal
28
and vertical controls points.
29
1. The horizontal and vertical control established or
30
designated by Engineer will consist of:
31
a. Two horizontal points or one horizontal point and
32
a bearing.
33
b. One vertical point.
34
2. Use these points as datum for the Work.
35
3. Provide, without charge, such competent men and tool,
36
stakes, and other materials as Engineer may require in
37
establishing or designating control points, in
38
establishing construction easement boundaries; or in
39
checking layout, survey, and measurement work
40
performed by Contractor.
41
42
C.
Provide all additional survey, layout and measurement work
43
required.
44
1. Work performed by a qualified professional engineer or
45
registered land surveyor acceptable to Engineer.
46
2. Locate and protect control points prior to starting
47
site work, and preserve all permanent reference points
48
during construction.
49
a. Make no changes or relocations without prior
50
written notice to Engineer.
51
b. Report to Engineer when any reference point is
52
lost or destroyed, or requires relocation because
53
City of Lubbock, Municipal Water Treatment - Contract 4
r
C
01010-6
O1
of necessary changes in grades or locations.
02
c. Require surveyor to replace Project control points
03
which may be lost or destroyed.
04
1) Establish replacements based on original
05
survey control.
06
3. Establish lines and levels, locate and lay out, by
07
instrumentation and similar appropriate mean.
08
a. Site improvements:
09
1) Stakes for grading, fill and topsoil
10
placement.
11
2) Utility slopes and invert elevations.
12
b. Batter boards for structures'.
13
c. Building foundation, column locations and floor
14
levels.
15
d. Controlling lines and levels required for the
16
mechanical and electrical trades.
17
4. From time to time, verify layouts by the same methods.
18
5. Maintain a complete, accurate log of all control and
19
survey work as it progresses.
20
6. On request of Engineer, submit documentation to verify
21
accuracy of field engineering work.
22
23
1.14
REGULATORY REQUIREMENTS
24
25
A.
Comply with all federal, state and local laws,
26
regulations, codes, and ordinances applicable to the Work.
27
28
B.
References_in'the Contract Documents to local codes shall
29
mean the City of Lubbock, Texas.
30
31
C.
Other standards and codes which apply to the Work are
32
designated in the Specifications.
33
34
1.15
CUTTING AND PATCHING
35
36
A.
Contractor shall be responsible for all cutting, fitting
37
and patching, including attendant excavation and backfill,
38
required to complete the Work or to:
39
1. Make its several parts fit together properly.
40
2. Uncover portions of the Work to provide for
41
installation of ill-timed work.
42
3. Remove and replace defective work.
43
4. Remove and replace work not conforming to requirements
44
of Contract Documents.
45
5. Remove samples of installed work,as specified for
46
testing.
47
48
B.
Provide.products as specified or as required to complete
49
cutting and patching operations.
50
51
C.
Inspection:
52
1. Inspect existing conditions of the Project, including
53
elements subject to damage or to movement during
City of Lubbock, Municipal Water Treatment Contract 4
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
r
t
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
C
cutting and patching.
2. After uncovering work, inspect the conditions
affecting the installation of products, or performance
of the work.
3. Report unsatisfactory or questionable conditions to
the Engineer in writing; do not proceed with the work
until the Engineer has provided further instructions.
D. Preparation:
1. Provide adequate temporary support as necessary to
assure the structural value or integrity of the
affected portion of the Work.
2. Provide devices and methods to protect other portions
of the Project from damage.
3. Provide protection from the elements for that portion
of the Project which may be exposed by cutting and
patching work, and maintain excavations free from
water.
4. Execute fitting and adjustment of products to provide
a finished installation to comply with specified
products, functions, tolerances and finishes.
5. Restore work which has been cut or removed; install
new products to provide completed Work in accord with
requirements of Contract Documents.
6. Fit work airtight to pipes, sleeves, ducts, conduit
and other penetrations through surfaces.
END OF SECTION
City of Lubbock, Municipal Water Treatment - Contract 4
01010_7
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
(THIS PAGE LEFT BLANK INTENTIONALLY)
01
91G10
SECTION 01060
r
02
f
03
SPECIAL CONDITIONS
`
04
05
06
PART
1 - GENERAL
07
08
1.01
PRECONSTRUCTION CONFERENCE
09
10
A.
A preconstruction conference shall be held at City of
11
Lubbock, 600 Municipal Drive, Lubbock, TX 79457 after
12
award of Contract. Engineer will notify the Contractor as
13
to the date and time of the conference 2 weeks in advance
14
of the proposed date. Owner's representative, Engineer,
15
Contractor's Project Manager and Project Superintendent,
r
16
and Contractor's Subcontractor Representatives shall
17
attend.
18
19
B.
Suggested Agenda:
20
1. Distribution and discussion of:
I
21
a. List of major subcontractors and suppliers.
22
b. Projected construction schedules.
23
2. Critical work sequencing.
24
3. Major equipment deliveries and priorities.
25
4. Project coordination:
26
a. Designation of responsible personnel.
27
5. Procedures and processing of:
28
a. Field decisions.
29
b. Proposal requests.
30
c. Submittals.
31
d. Change Orders.
32
e. Applications for Payment.
33
6. Adequacy of distribution of Contract Documents.
34
7. Procedures for maintaining record documents.
35
8. Use of premises:
36
a. Office, work, and storage areas.
37
b. Owner's requirements.
38
9. Construction facilities, controls, and construction
39
aids.
40
10. Temporary utilities.
41
11. Safety and first -aid procedures.
!
42
12. Security procedures.
43
13. Housekeeping procedures.
!^
44
45
1.02
PROJECT SIGNS
46
47
A.
Furnish and install one:
48
1. Contractor's standard sign approved by Owner.
c
49
50
B.
Install in location approved by Owner.
51
52
1.03
FIELD OFFICES
53
C
City of Lubbock, Municipal Water Treatment - Contract 4
01060-1
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
r
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01060-2
A. General:
1. Establish a field office located at site of Project
with telephone, telecopy, mailing address, and
sanitary facilities.
2. Assure attendance at this office during the normal
working day. Designate as the office of Contractor's
Superintendent.
3. At this office, maintain complete field file of shop
drawings, posted Contract Drawings and Specification,
and other files of field operations including
provisions for maintaining "As Recorded Drawings."
B. Furnish for use by the Engineer.
1. Services
a. Access to drinking water and toilet facilities.
b. Access to photcopier and facsimile machine.
C. Remove Contractor's field offices from site upon
acceptance of the entire work by the Owner.
1.04 SITE MAINTENANCE AND TEMPORARY PAINTING
A. Paint and maintain in good repair temporary structures,
fences, barricades and related items.
B. Keep site clean of debris, rubble and paper. Store and
stockpile materials in an orderly manner and protect
against damage.
C. Maintain conditions of access road to site such that
access is not hindered as the result of construction
related deterioration.
1.05 DRAWINGS AND CONTRACT DOCUMENTS FOR CONTRACTOR USE
A. Refer to General Conditions.
B. Contractor shall pick up all "no -charge" documents within
10 days from date of Notice to Proceed.
C. Additional documents after "no -charge" documents will be
furnished to Contractor at cost.
1.06 PROJECT PHOTOGRAPHS
A. At least once each month during construction of the work,
provide a professional photographer to take progress
pictures as directed by Engineer. Furnish three glossy
prints (approximately 8 x 10 IN) and each negative, with
all rights of reproduction, to Owner. Provide number of
photographs as follows:
1. Ten photos per month.
City of Lubbock, Municipal Water Treatment - Contract 4'
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01060-3
B.
Contractor shall schedule and coordinate photographer with
01
Engineer's Field Representative.
02
03
C.
Photographically impose a site plan key map on each
04
photograph in the upper,right hand corner and show by
05
arrow the subject and the direction from which the
06
photograph was taken. Date all photographs.
07
08
1.07
PROJECT VIDEO
09
10
A.
In conjunction with Article 1.06 above, provide a
11
professional photographer to videotape:
12
1. Operation and maintenance sessions.
13
14
B.
Video Required:
15
1. Operations and maintenance instruction sessions:
16
a. Coordinate schedule.to videotape all instructional
17
sessions as specified in section 01340 and the
18
individual equipment specification sections.
19
b. Contractor shall pay all license fees and
20
royalties and obtain and pay for all permits,
21
agreements or licenses to videotape training
22
sessions.
23
c. Manufacturer's standard training video tapes are
24
acceptable as alternative to video taping
25
instruction sessions, subject to approval by the
26
Engineer.
27
d. Identify each instruction session on,audio
28
portion:
29
1) Session topic or lesson.
30
.2) Instructors name and affiliation.
31
3) Location of session.
32
4) Date and time.
33
e. Tape cover jacket:
34
1) Identify each type with typed or printed
35
title.
36
2) Instructional session.
37
3) Location.
38
4) Date and time.
39
40
C.
Provide individual videotape cassette for each
41
instructional session.
42
43
1.08
TESTING
44
45
A.
Except as set out in other sections of Contract Documents,
46
payment for soil, concrete and other testing is as
47
follows:
48
1. Soils and concrete testing: The Owner will pay for
49
"Passing" soils and "Passing" concrete tests on the
50
Project. Costs of corrective action, costs of
51
"Failing" soils and concrete tests, and cost of
52
testing associated with establishment of mix design
53
City of Lubbock, Municipal Water Treatment - Contract 4
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01060-4
are the sole responsibility of the Contractor.
01
2. Other testing: Unless specifically stated otherwise,
02
in individual sections of specifications or drawings,
03
required testing, testing procedures, reports,
04
certificates, and costs associated with all phases of
05
securing required satisfactory test information which
06
may be required by individual sections of
07
specifications or drawings are the full responsibility
08
of the Contractor.
09
10
1.09
ORDER OF CONSTRUCTION
11
12
A.
Construction operations will be scheduled to allow the
13
Owner uninterrupted operation of existing adjacent
14
facilities. Coordinate connections with existing work to
15
ensure timely completion of interfaced items.
16
17
B.
At no time shall Contractor or his employees modify
18
operation of the existing facilities or start construction
19
modifications without approval of the Owner except in
20
emergency to prevent or minimize damage.
21
22
1.10
PROJECT MEETINGS
23
24
A.
The Engineer shall conduct construction meetings
25
involving:
26
1. Contractor's Project Manager.
27
2. Contractor's Project Superintendent.
28
3. Owner's designated Representative(s).
29
4. Engineer's designated Representative(s).
30
5. Contractor's subcontractors as appropriate to the work
31
in progress.
32
33
B.
Conduct meetings monthly at the Project field office of
34
the Contractor.
35
36
C.
The Engineer shall take meeting minutes and submit copies
37
of meeting minutes to participants and designated
38
recipients identified at the Preconstruction Conference.
39
Corrections, additions or deletions to the minutes shall
40
be noted and addressed at the following meeting.
41
42
D.
The Engineer shall schedule meetings for most convenient
43
time frame.
44
45
E.
The Engineer shall have available at each meeting full
46
chronological file of all previous meeting minutes.
47
48
F.
The Contractor shall have available at each meeting
49
up-to-date record drawings.
50
51
G.
Suggested Agenda:
52
1. Review of work progress.
53
City of Lubbock, Municipal Water Treatment - Contract 4
k
01060-5
O1
2. Field observations, problems, and conflicts.
01
02
03
3. Problems that impede construction schedules.
4. Review of off -site fabrication and delivery schedules.
02
03
04
5. Corrective measures and procedures to regain projected
04
05
schedules.
05
r
06
6. Revisions to construction schedules.
06
07
7. Plan progress schedules during succeeding work period.
07
08
8. Coordination of schedules.
08
09
9. Review submittal schedules; expedite as required.
09
10
10. Maintenance of quality standards.
10
11
11. Review proposed changes for effect on construction
11
12
schedules and on completion dates.
12
13
12. Other business.
13
14
14
15
1.11 SPECIAL CONSIDERATIONS
15
r,
16
16
t
17
A. Contractor shall be responsible for negotiations of any
17
18
waivers or alternate arrangements required to enable
18
19
transportation of materials to the site.
19
20
20
i
21
END OF SECTION
21
7 City of Lubbock, Municipal Water Treatment - Contract 4
(THIS PAGE LEFT BLANK INTENTIONALLY)
r.,
fE
l
7
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
r
i
91F19
PART 1 - GENERAL
1.01 SUMMARY
SECTION 01150
APPLICATION FOR PAYMENT
A. Submittal of applications for payment.
B. Related Sections include but are not necessarily limited
to:
1. Division 0 - Bidding Requirements, Contract Forms, and
Conditions of the Contract.
2. Division 1 - General Requirements.
1.02 FORMAT AND DATA REQUIRED
A. Submit applications typed on AIA Document G702, G703; NSPE
Document 1910-8-E, Application for Payment; or a similar
form, with itemized data typed on 8-1/2 x 11 IN white
paper continuation sheets.
B. Provide itemized data on continuation sheet:
1. Format, schedules, line items, and values: Those of
the Schedule of Values.
1.03 PREPARATION OF APPLICATION FOR EACH PROGRESS PAYMENT
A. Application Form:
I. Fill in required information, including that for
Change Orders executed prior to the date of submittal
application.
2. Fill in summary of dollar values to agree with the
respective totals indicated on the continuation
sheets.
3. Execute certification with the signature of a
responsible officer of the Contractor's firm.
B. Continuation Sheets:
1. Fill in total list of all scheduled component items of
Work, with item number and the scheduled dollar value
for each item.
2. Fill in the dollar value in each column for each
scheduled line item when work has been performed or
products stored, rounding off values to nearest
dollar.
3. List each Change Order executed prior to the date of
submission at the end of the continuation sheets:
a. List by Change Order number and description, as
for an original component item of work.
City of Lubbock, Municipal Water Treatment - Contract 4
01150-1
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
7
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01150-2
1.04
SUBSTANTIATING DATA FOR PROGRESS PAYMENTS
O1
02
A.
When Owner or Engineer requires substantiating data,
03
Contractor shall submit suitable information, with a cover
04
letter identifying:
05
1. Project.
06
2. Application number and date.
07
3. Detailed list of enclosures.
08
4. For stored products:
09
a. Item number and identification as shown on
10
application.
11
b. Description of specific material.
12
13
B.
Submit one copy of data and cover letter for each copy of
14
application.
15
16
1.05
PREPARATION OF APPLICATION FOR FINAL PAYMENT
17
18
A.
Fill in application form as specified for progress
19
payments.
20
21
B.
Use continuation sheet for presenting the final statement
22
of accounting as specified in Section 01700.
23
24
1.06
SUBMITTAL PROCEDURE
25
26
A.
Submit applications for payment to Engineer at the times
27
stipulated in the General Conditions.
28
29
B.
Quantity: Five copies of each application.
30
31
C.
When Engineer finds the application properly completed and
32
correct, he will transmit a Certificate for Payment to
33
Owner, with a copy to Contractor.
34
35
1.07
PAYMENTS
36
37
A.
Equipment Retention:
38
1. 25 percent of the value of equipment will be withheld
39
until preliminary 0 & M Manuals are submitted.
40
2. $5,000 or 10 percent of the equipment value, (the
41
lesser of the two) will be withheld until
42
manufacturer's field services are provided except
43
field services for Division 13 which will be $20,000
44
or 10 percent of the equipment value (the lesser of
45
the two).
46
3. Ten Percent of the equivalent value will be withheld
47
until final 0 & M Manuals are accepted.
48
4. Percentages for items 2 and 3 are additive.
49
50
B.
Failure to Submit Schedules and Plans:
51
1. Progress payments will be withheld if updated
52
schedules are not submitted in accordance with Section
53
City of Lubbock, Municipal Water Treatment - Contract 4
01150-3
O1 01310.
02
03
04 END OF SECTION
01
02
03
04
City of Lubbock, Municipal Water Treatment - Contract 4
(THIS PAGE LEFT BLANK INTENTIONALLY)
f
O1
91F19
SECTION 01310
j-
02
L.
03
CONSTRUCTION SCHEDULES
04
05
06
PART 1
- GENERAL
07
08
1.01
SUMMARY
r
09
10
A.
The Contractor shall prepare and submit to the Engineer
11
estimated construction progress schedules for the Work,
�-
12
with subschedules of related activities that are essential
1
13
to its progress.
14
15
B.
Submit revised progress schedules periodically, but not
16
less frequently than bimonthly.
17
18
C.
Owner may require Contractor to add to his plant,
r-
19
equipment, or construction forces, as well as increase the
20
working hours if operations fall behind schedule at any
21
time during the construction period.
22
I
23
D.
Related Sections include but are not necessarily limited
24
to:
25
1. Division 0 - Bidding Requirements, Contract Forms, and
�^^
26
Conditions of the Contract.
27
2. Division 1 - General Requirements.
28
29
1.02
FORM OF SCHEDULES
r
30
31
A.
Prepare schedules in the form of a horizontal bar chart:
32
1. Provide separate horizontal bar for each trade or
33
operation.
34
2. Horizontal time scale: Identify the first work day of
35
each week.
36
3. Scale and spacing: Allow space for notations and
37
future revisions.
38
4. Minimum sheet size: 11 X 17 IN.
39
►'
40
B.
Format of listings:
41
1. The chronological order of the start of each item of
42
work by:
43
44
a. Major building division.
b. Major element of work.
45
46
C.
Identification of Listings:
�^
47
1. By major specification section numbers.
I
48
49
1.03
CONTENT OF SCHEDULES
50
51
A.
Construction progress schedule shall show:
52
1. The complete sequence of construction by activity.
53
2. The dates for the beginning and completion of each
r
k,
City of Lubbock, Municipal Water Treatment - Contract 4
r
01310-1
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01310-2
major element of construction, specifically listing.
a. Site clearing.
b. Site utilities.
c. Foundation work.
d. Concrete formwork.
e. Concrete placement.
f. Subcontractor work.
g. Equipment installations.
h. Finishings.
3. Projected percentage of completion for each item, as
of the first day of each month.
4. Show overall percent complete, both projected and
actual.
B. Submittal schedules for shop drawings"and product data
shall show:
1. Dates for Contractor's submittals.
2. Dates approved submittals will be required from'
Engineer. Extensions of time for delays in submittal
approval shall only be allowed as provided in Section
01340.
C. Product Delivery Schedules:
1. Show delivery dates for all major items of equipment.
D. Prepare and submit subschedules for each separate stage of
work specified in Section 01010.
E. Provide subschedules to define critical portions of prime
schedules.
F. Provide projection of cash flow requirements with
schedule.
1.04 PROGRESS REVISIONS
A. Indicate progress of each activity to date of submission.
B. Show changes occurring since previous submission of
schedule:
1. Major changes in scope.
2. Activities modified since previous submission.
3. Revised projections of progress and completion.
4. Other identifiable changes.
C. Provide a narrative report as needed to define:
1. Problem areas, anticipated delays, and the impact on
the schedule.
2. Corrective action recommended, and its effect.
3. The effect of changes on schedules of other prime
contractors.
1.05 SUBMISSIONS
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
City of Lubbock, Municipal Water Treatment - Contract 4
r
k
r
k
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
r
A. Submit initial schedules within 10 days after the
effective date of the agreement:
1. Engineer will review schedules and return review copy
within 10 days after receipt.
2. If required, resubmit within 7 days after return of
review copy.
B. Submit revised progress schedules with each application
for payment.
C. Number of copies for each submission shall be as required
by Section 01340 unless otherwise agreed to at the
Pre -Construction Conference.
1.06 DISTRIBUTION
A. Engineer will distribute copies of the accepted schedules
as following unless otherwise agreed to at the
Pre -Construction Conference:
1. One copy to Owner.
2. One copy to be retained in Engineer's file.
3. One copy to Resident Project Representative.
4. One copy to Contractor to be kept on file.
5. Remainder to Contractor for his distribution.
B. Schedule recipients will report promptly to Engineer and
Contractor, in writing, any problems anticipated by the
projections shown in the schedules.
END OF SECTION
01310-3
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
City of Lubbock, Municipal Water Treatment - Contract 4
(THIS PAGE LEFT BLANK INTENTIONALLY)
7
01340-1
O1 91F19 SECTION 01340 01
02
02
03
SHOP DRAWINGS, PRODUCT DATA & SAMPLES, OPERATION AND
03
`
04
MAINTENANCE MANUALS, EQUIPMENT RECORD SHEETS
04
05
05
06
06
'
07
PART 1
- GENERAL
07
08
08
r
09
1.01
SUMMARY
09
j
10
10
11
A.
General:
11
12
1. Section Addresses:
12
r,
13
a. Mechanics of Shop Drawing Process.
13
14
14
15
B.
Related Sections include but are not necessarily limited
15
r
16
to:
16
17
1. Division 0 - Bidding Requirements, Contract Forms, and
17
18
Conditions of the Contract.
18
19
2. Division 1 - General Requirements.
19
20
3. Sections in Divisions 2 through 16 identifying
20
21
submittal requirements.
21
22
22
�^
23
1.02
SUBMITTALS: GENERAL
23
{
24
24
25
A.
Transmit all submittals to:
25
26
26
{`
27
HDR Engineering, Inc.
27
d
28
12700 Hillcrest Rd., Suite 125
28
29
Dallas, TX 75230-2096
29
30
Attn: Mr. David Besinger, P.E.
30
31
31
32
B.
Utilize two copies of attached Exhibit "A" to transmit all
32
33
shop drawings and samples.
33
34
34
35
C.
Utilize two copies of attached Exhibit "B" to transmit all
35
36
Operation and Maintenance Manuals and Equipment Record
36
r�
37
Sheets (Exhibits "Cl" and "C2").
37
38
38
`
39
D.
All transmittals must be from Contractor and bear his
39
40
approval stamp. Transmittals will not be received from or
40
41
returned to subcontractors.
41
42
1. Shop drawing transmittal stamp shall read
42
43
"(Contractor's Name) represents that we have
43
44
determined and verified all field dimensions and
44
45
measurements, field construction criteria, materials,
45
46
catalog numbers, and similar data, and that we have
46
47
checked with the requirements of the Work and the
47
�,
48
Contract Documents." Transmittals will not be received from
48
¢
49
or returned to subcontractors.
49
50
2. Operation and Maintenance Manual transmittal stamp may
50
51
be Contractor's standard approval stamp.
51
52
52
`
53
E.
Provide submittal information defining specific equipment
53
`
City of Lubbock, Municipal Water Treatment - Contract 4
r-
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01340-2- ,
or materials utilized on the project. Generalized product
information not clearly defining specific equipment or
materials to be provided will be rejected.
F. Calculations required in individual specification sections
will be received for information purposes only and will be
returned stamped "E. Engineer's Review Not Required" to
acknowledge receipt.
G. Submittal Schedule:
1. Schedule of shop drawings:
a. Submitted and approved within 20 days of receipt
of Notice to Proceed.
2. Shop drawings:
a. Submittal and approval prior to 50 percent
completion.
3. Operation and Maintenance Manuals and Data Record
Sheets:
a. Initial submittal within 60 days after date shop
drawings are approved.
b. Full payment will not be made on any equipment or
materials until an approved Operation and
Maintenance Manual is received.
H. Retainage will not be reduced below 10 percent until all
shop drawings are approved.
I. Final payment on the project shall not be made until final
approved copies of all Operation and Maintenance Manuals
including Equipment Record Sheets (with equipment serial
numbers) have been received.
J. All equipment and devices affecting the CRMWA pipeline
shall be subject to approval of the CRMWA.
1.03 SUBMITTALS: SHOP DRAWINGS
A. Transmittal Mechanics:
1. Number transmittals consecutively beginning with 1.
2. Assure resubmitted items retain the original number
but with an added suffix letter starting with "A."
3. Restrict each letter of transmittal to only one
Specification Section or portion thereof.
4. Provide breakout of each transmittal component on
transmittal form "A." Each component thus defined will
receive specific action by the Engineer. Define
manufacturer, item, tag number, and Drawing/
Specification reference.
5. Do not change the scope of any resubmittal from the
original transmittal scope. If some components of the
original transmittal received "A" or "B" Action and
others did not, resubmit the."A" or "B" Action
components in subsequent resubmittal packages.
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
City of Lubbock, Municipal Water Treatment Contract 4
F
O1
Provide a summary sheet containing all components of
02
the original transmittal at the front of each
03
resubmittal. Indicate each component as either A or
04
B, "outstanding," or "submitted for action." Reference
05
items previously receiving "A" or "B" Action to the
06
transmittal in which "A" or "B" Action was received.
07
"Outstanding" items are defined as items previously
O8
not receiving "A" or "B" Action and not yet
09
resubmitted for re -review. Use this term "Submitted
10
for action" to indicate items which are included for
11
review in the transmittal.
12
6.
For 8-1/2 x 11 IN size sheets, provide four copies of
13
each page for Engineer plus the number required by the
14
Contractor. The number of copies required by the
15
Contractor will be defined at the Preconstruction
16
Conference, but shall not exceed 6.
17
7.
For items not covered in paragraph 6, submit one
18
reproducible transparency and one print of each
19
drawing until approval is obtained. Utilize mailing
20
tube; do not fold. The Engineer will mark and return
21
the reproducible to the Contractor for his
22
reproduction and distribution.
23
8.
Provide clear space (3 IN SQ) for Engineer stamping of
24
each component defined in A.S.
25
9.
Contractor shall not use red color for marks on
26
transmittals. Duplicate all marks on all copies
27
transmitted, and ensure marks are photocopy
28
reproducible. Outline Contractor marks on
29
reproducible transparencies with a rectangular box.
30
31
B. Transmittal
Contents:
32
1.
Coordinate and identify shop drawing contents so that
33
all items can be easily verified by the Engineer.
34
2.
Identify equipment or material use, tag number,
35
drawing detail reference, weight, and other project
36
specific information.
37
3.
Provide sufficient information together with technical
38
cuts and technical data to allow an evaluation to be
39
made to determine that the item submitted is in
40
compliance with the Contract Documents.
41
4.
Submit items like equipment brochures, cuts of
42
fixtures, product data sheets or catalog sheets on
43
8-1/2 x 11 IN pages. Indicate exact item or model and
44
all proposed options.
45
5.
Include legible scale details, sizes, dimensions,
46
performance characteristics, capacities, test data,
47
anchoring details, installation instructions, storage
48
and handling instructions, color charts, layout
49
drawings, parts catalogs, rough -in diagrams, wiring
50
diagrams, controls, weights and other pertinent data.
51
Arrange data and performance information in format
52
similar to that provided in Contract Documents.
53
Provide, at minimum, the detail provided in the
City of Lubbock, Municipal Water Treatment - Contract 4
01340-3
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
r
f
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01340-4.:.
Contract Documents.
6. If proposed equipment or materials deviate from the
Specifications or Drawings in any way, clearly note
the deviation and justify the said deviation in detail
in a separate letter immediately following transmittal
sheet. If explanation is not given, shop drawings
will be returned without action.
1.04 SUBMITTALS: SAMPLES.
A. Identify sample as to: manufacturer, item, use, type,
project designation, tag number, specification section or
drawing `detail reference, color, range, texture, finish
and other pertinent data.
B. Include application specific brochures, and installation
instructions.
C. Provide Contractor's stamp of approval on samples as
indication of his checking and verification of dimensions
and coordination with interrelated work. .
D. Resubmit samples of rejected items.
E. Approved samples submitted or constructed, constitute
criteria for judging completed work. Finished work or
items not equal to samples will be rejected.
F. Samples may be retained for comparison purposes. Remove
samples when directed. Include in bid all costs of
furnishing and removing samples.
1.05 SUBMITTALS: OPERATION AND MAINTENANCE MANUALS AND EQUIPMENT
RECORD SHEETS
A. Transmittal Mechanics:
1. See Paragraph 1.02 C.
2. Provide transmittal form for Operation and Maintenance
Manual with original number of the approved item plus
a suffix "O-M."
3. Submit two copies until approval is received.
4. Acceptable submittals will be retained with the
transmittal form returned with a'request for five
additional copies.
5. Deficient submittals.will be returned along with the
transmittal form which will be marked to indicate
deficient areas.
6. Identify resubmittals with the original number plus a
suffix letter starting with "A."
7. Submit Operation and Maintenance Manuals printed on
8-1/2 x 11 IN size heavy first quality paper with
standard three -hole punching and bound in stiff metal
hinged binder constructed as a three-ring style.
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
City of Lubbock, Municipal Water Treatment - Contract 4
r
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01340-5
Provide binders with titles on front and on spine of
01
binder. Tab each section of manuals for easy
02
reference with plastic -coated dividers. Provide index
03
for each manual. Provide plastic sheet lifters prior
04
to first page and following last page.
05
8. Reduce drawings or diagrams bound in manuals to an
06
8-1/2 x 11 IN or 11 x 17 IN size. However, where
07
reduction is not practical to ensure readability, fold
08
larger drawings separately and place in vinyl
09
envelopes which are bound into the binder. Identify
10
vinyl envelopes with drawing numbers.
11
12
B. Transmittal Content:
13
1. Submission of Operation and Maintenance Manuals is
14
applicable but not necessarily limited to:
15
a. Major equipment.
16
b. Equipment used with electrical motor loads of 1/6
17
HP nameplate or greater.
18
c. Specialized equipment including valves and
19
instrumentation and control system components for
20
HVAC and process systems such as meters,
21
recorders, and transmitters.
22
d. Valves greater than 12 IN DIA.
23
e. Water control gates.
24
2. Prepare operation and maintenance manuals which
25
include, but are not necessarily limited to, the
26
following detailed information, as applicable:
27
a. Equipment function, normal operating
28
characteristics, limiting operations.
29
b. Assembly, disassembly, installation, alignment,
30
adjustment, and checking instructions.
31
c. Operating instructions for start-up, routine and
32
normal operation, regulation and control,
33
shutdown, and emergency conditions.
34
d. Lubrication and maintenance instructions.
35
e. Guide to "troubleshooting."
36
f. Parts list and predicted life of parts subject to
37
wear.
38
g. Warranty, bond and service contract (if
39
applicable), including:
40
1) Proper procedures in event of breakdown.
41
2) Instances that might affect validity of
42
warranties or bonds.
43
h. Outline, cross-section, and assembly drawings;
44
engineering data; and electrical diagrams,
45
including elementary diagrams, wiring diagrams,
46
connection diagrams, word description of wiring
47
diagrams and interconnection diagrams.
48
i. Test data and performance curves.
49
j. A list of recommended spare parts with a price
50
list and a list of spare parts provided under
51
these specifications.
52
k. Copies of installation instructions, parts lists
53
City of Lubbock, Municipal Water Treatment - Contract 4
r
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01340-6
or other documents packed with equipment when
delivered.
1. Instrumentation or tag numbers relating the
equipment back to the Contract Documents.
m. Include a filled -out copy of the Equipment Record
Sheet as the first page(s) and the Manufacturer's
Field Service report as the final page(s) of each
Operation and Maintenance Manual. Complete
maintenance requirements in detail. Simple
reference to the Manual is not acceptable.
n. For equipment items involving components or
subunits, an Equipment Record Sheet for each
operating component or subunit is required.
C. Instruction of Owner's Personnel:
1. Prior to final inspection or acceptance, fully
instruct Owner's designated operating and maintenance
personnel in the operation, adjustment, and
maintenance of all products, equipment, and systems.
2. Operating and maintenance manual shall constitute the
basis of instruction.
a. Review contents of manual with personnel in full
detail to explain all aspects of operations and
maintenance.
3. Video tape on VHS all instruction sessions and provide
tape to Engineer following completion of sessions as
specified in Section 01060.
4. Additional requirements for specialized instruction of
Owner's personnel are given in the detailed equipment
specifications.
1.06 SUBMITTALS: SHOP DRAWINGS: ENGINEER'S REVIEW ACTION
A. Items within transmittals will be reviewed for overall
design intent and will receive one of the following
actions:
A - FURNISH AS SUBMITTED
B - FURNISH AS NOTED (BY ENGINEER)
C - REVISE AND RESUBMIT
D - REJECTED
E - ENGINEER'S REVIEW NOT REQUIRED
B. Transmittals received will be initially reviewed to
ascertain inclusion of Contractor's approval stamp.
Drawings not stamped by the Contractor or stamped with a
stamp containing language other than that specified in
Paragraph 1.02 D will not be reviewed for technical
content and will be returned without any action.
C. Transmittals returned with Action "A" or "B" are
considered ready for fabrication and installation. If for
any reason a transmittal that has an "A" or "B" Action is
City of Lubbock, Municipal Water Treatment - Contract 4
O1
02
03
04
05
06
O7
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
A
r
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
resubmitted, it must be accompanied by a letter defining
the changes that have been made and the reason for the
resubmittal. Destroy or conspicuously mark "SUPERSEDED"
all documents having previously received "A" or "B" Action
that are superseded by a resubmittal.
D. Transmittals with Action "A" or "B" combined with Action
"C" (Revise and Resubmit) or "D" (Rejected) will be
individually analyzed giving consideration as follows:
1. The portion of the transmittal given "C" or "0" will
not be distributed (unless previously agreed to
otherwise at the Preconstruction Conference). One
copy or the one transparency of the "C" or "0"
drawings will be marked up and returned to the
Contractor. Correct and resubmit items so marked.
2. Items marked "A" or "B" will be fully distributed.
3. If a portion of the items or system proposed are
acceptable, however, the major part of the individual
drawings or documents are incomplete or require
revision, the entire submittal may be given "C" or "D"
Action. This is at the sole discretion of the
Engineer. In this case, some drawings may contain
relatively few or no comments or the statement,
"Resubmit to maintain a complete package."
Distribution to the Owner and field will not be made
(unless previously agreed to otherwise).
E. Failure to include any specific information specified
under the submittal paragraphs of the specifications will
result in the transmittal being returned to the Contractor
with "C" or "D" Action.
F. In addition to calculations stamped and returned "E.
Engineer's Review Not Required," other transmittals such
as submittals which the Engineer considers as "Not
Required," submittal information which is supplemental to
but not essential to prior submitted information, or items
of information in a transmittal which have been reviewed
and approved in a prior transmittal, will be returned with
Action "E. Engineer's Review Not Required."
END OF SECTION
City of Lubbock, Municipal Water Treatment - Contract 4
01340-7
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
(THIS PAGE LEFT BLANK INTENTIONALLY)
7,
Exhibit A
Shop Drawing Transmittal No.
Project Name:
Date Received:
Project Owner:
Checked By:
Contractor:
HDR Engineering, Inc. Log Page:
Address:
Attn.:
Date Transmitted:
Address: HDR No.:
Spec, Section:
Attn.: 1 st. Sub. U ReSub. U
Previous Transmittal Date:
No..
Copies
Description
Manufacturer
Dwg. or Data
No.
Action Taken'
Remarks:
'The Action Designated Above is in Accordance with the Following Legend:
A - Furnish as Submitted
B - Furnish as Noted
C - Revise and Submitt
1. Not enough information for review
2. No reproducibles submitted.
3. Copies illegible.
4. Not enough copies submitted.
S. Wrong sequence number.
6. Wrong resubmittal suffix.
7. Wrong spec. section.
8. Wrong form used.
9. See comments.
Comments:
D - Rejected
E - Engineer's review not required
1. Submittal not Required.
2. Supplemental Information. Submittal
retained for informational purposed only.
3. Information reviewed and approved on
prior submittal.
4. See comments.
l I_
By Date
Distribution: Contractor U File U
Ver 1.0 June 1990
Field U Owner U Other U
(THIS PAGE LEFT BLANK INTENTIONALLY)
F
Exhibit B
r
O & M Manual Transmittal No.
Project Name:
Date Received:
Project Owner:
Checked By:
Contractor:
Owner. Log Page:
Address:
Date Transmitted:
Address: HDR No.:
Spec. Section:
Previous Transmittal Date: 1st. Sub. U ReSub. U
No.
Copies
Description o1 Item
Manufacturer
Dwg. or Data
No.
Anion Taken'
Remarks:
To:
From:
Date:
HDR Engineering, Inc.
'The Action Designated Above is in Accordance with the Following Legend:
A - Acceptable, Provide five additional Copies 5. Lubrication & maintenance instructions.
6. Troubleshooting guide.
B - Furnish as Noted 7. Parts list and ordering instructions.
8. Organization (index and tabbing).
C - Revise and Resubmit. 9. Wiring diagrams & schematics specific to
This Operation and Maintenance Manual Submittal installation.
is deficient in the following areas: 10. Outline, cross section & assembly diagrams.
1. Equipment record sheets. 11. Test data & performance curves.
2. Functional description. 12. Tag or equipment identification numbers.
3. Assembly, disassembly, installation, alignment, 13. Other - see comments.
adjustment & checkout instructions.
4. Operating instructions D - Rejected
Comments:
By Date
Distribution: Contractor U File U Field U Owner U Other U
Ver 1.0 June 1990
(THIS PAGE LEFT BLANK INTENTIONALLY)
Exhibit Cl
la� Equipment Recorc
Equipment Maintenance Data Summary
Project Name
Page of
Equip. Descripoon
Date Installed
Date Started
Equip. Lonoon
Cost
Estimated Life
Protect Equip. Tap No.
Shop Dwg. Trans. No.
Spec. Sec.
Equip. Manut.
Manuf. Address
Phone
Vendor Address
Phone
BREAK-IN MAINTENANCE REQUIREMENTS (INITIAL OIL CHANGES, ETC.)
FFFFFFF-
PREVENTIVE MAINTENANCE REQUIREMENTS
rrr�
S
rA'Hours
—
FFFFFFF—
FFFF—FFF
FFFFFFF-
f—FF—FFFF
FFFFFFF—
RECOMMENDED
SPARE PARTS
ELECTRICAL NAMEPLATE
DATA
Part No.
Part Name I
Ouanoty JEquip.
I
—Make
Serial No.
K) No.
�—
I
Model No.
Frame No.
I
HP IV. i
Amp. jHZ
F—
FH I RPM
I S Duty
�—
Code I ins. Cl,
IDes. I Type
�—I
Ir —
Nenrd IC Amb,
Temp. Rise I Rating
I
I
Misc.
�—
MECHANICAL NAMEPLATE DATA
F—
Equip.
I —
F—
Serial No.
ID No.
—
Frame
Modei No.
F No.
�—
r
I
HP IRPM
ICap. We
I —
r
I
TDH Imp. Sz.
I Des. ICFL4
�—
PSI lAssy. No.
I Case No.
F—
r
LUMICant mrormanon on TUlo Vi ng page
Ver to June 1990
No Text
Exhibit C2
r
Equipment Record
Lubrication Summary
Equipment Description
Project Equip. Tay No.
Pape
of
Lubricant Point
Manuhacauer
Product
��=
tf--
i
(—
i
9
Lubricant Point
Manufacturer
Product
ALMA f
SAE f
F tSO—
1`1
F
_�_
r I
Lubricant Pant
Manufacturer
Product
F AGMA f
F SAE f
F tSO—
1`
F—F—F—
_
_
_
IJ I
Lubricant Point
Manutacauer
I Product
ALMA f
F SAE I
F ISO
�—
IFI
-F-
I
b5 I
Lubricant Point
Manufacturer
Product
F AGMA f
r SAE f
ISO
I`
F_F—_F—_
I' I
F—F—F—
Lubricant Pant
Manufacturer
Product
ALMA f
1 SAE f
F ISO
I
1`
F_�__�
1'
F
Lubricant Point
Manufacturer
Product
F ALMA/
F SAE f
ISO
�1`
F
F-Fl
_F-_�
t'
i
1
F—
Ver 1.0 June 1990
No Text
r
fr
[.
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
91F13
PART 1 - GENERAL
1.01 SUMMARY
SECTION 01370
SCHEDULE OF VALUES
A. Submit to Engineer a Schedule of Values allocated to the
various portions of the Work within 10 days after
Effective Date of Agreement.
B. Upon request of Engineer, support the values with data
that will substantiate correctness.
C. An unbalanced Schedule of Values providing overpayment of
Contractor on items of the Work that will be performed
early will not be accepted.
D. Revise and resubmit the Schedule of Values until
acceptable to Engineer. No Applications for Payment shall
be submitted until Schedule of Values is accepted.
E. The Schedule of Values, when accepted by Engineer, shall
be used only as the basis for the Contractor's
Applications for Payment.
F. Related Sections include but are not necessarily limited
to:
1. Division 0 - Bidding Requirements, Contract Forms, and
Conditions of the Contract.
2. Division 1 - General Requirements.
1.02 FORM AND CONTENT OF SCHEDULE OF VALUES
A. 8-1/2 x 11 IN white paper.
B. Contractor's standard forms and automated printout will be
considered for approval by Engineer upon Contractor's
request.
C. Identify schedule with:
1. Title of Project and location.
2. Engineer and Project number.
3. Name and address of Contractor.
4. Contract designation.
5. Date of submission.
D. List the installed value of the component parts of the
Work in sufficient detail to serve as a basis for
computing values for progress payments during
construction.
City of Lubbock, Municipal Water Treatment - Contract 4
01370-1
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01370-2
E. Follow the Table of Contents of this Document as the
format for listing component items:
1. Identify each line item with the number and title of
the respective major section of the Specifications.
2. List subvalues of major products or operations under
the item:
a. For concrete values, include:
1) Forming.
2) reinforcing steel.
3) concrete:
b. For each structure, list concrete values as
follows:
1) Slab on grade.
2) Footings.
3) Walls.
4) Elevated slabs and beams.
5) Miscellaneous fill concrete.
F. Such items as bond and insurance premiums, temporary
construction facilities, and job mobilization and
demobilization shall be listed separately.
G. For the Various Portions of the Work:
1. Each item shall include a directly proportional amount
of the Contractor's overhead and profit..
2. For items on which progress payments will be requested
for stored materials, break down the value into:
a. The cost of the materials, delivered and unloaded.
b. The total value of labor for installing the
material, including Contractor's overhead and
profit.
3. Submit a subschedule for each separate stage of Work
specified in Section 01010.
H. The sum of all values listed in the schedule shall equal
the total Contract Price.
1.03 SUBSCHEDULE OF UNIT MATERIAL VALUES
A. Submit a subschedule of unit costs and quantities for:
1. Products on which progress payments will be requested
for stored products.
B. The form of submittal shall parallel that of the Schedule
of Values, with each item identified the same as the line
item in the Schedule of Values.
C. The unit quantity for bulk materials shall include an
allowance for normal waste.
D. The unit value for the materials shall be broken down
into:
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
City of Lubbock, Municipal Water Treatment - Contract 4
01370-3
O1 1. Cost of the material, delivered and unloaded at the 01
02 site, with taxes paid. 02
03 2. Installation costs, including Contractor's overhead 03
04 and profit. 04
05 05
06 E. The installed unit value multiplied by the quantity listed 06
07 shall equal the cost of that item in the Schedule of 07
08 Values. 08
09 09
10 END OF SECTION 10
City of Lubbock, Municipal Water Treatment - Contract 4
(THIS PAGE LEFT BLANK INTENTIONALLY)
r
O1
91F19
SECTION 01500
02
03
CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS
04
05
06
PART
1 - GENERAL
07
08
1.01
SUMMARY
09
10
A.
Section Includes:
11
1. Construction facilities and temporary controls.
12
13
B.
Related Sections include but are not necessarily limited
14
to:
15
1. Division 0 - Bidding Requirements, Contract Forms, and
16
Conditions of the Contract.
17
2. Division 1 - General Requirements.
18
19
1.02
QUALITY ASSURANCE
20
21
A.
Referenced Standards:
22
1. Comply with applicable federal, state, and local laws,
23
codes, regulations and ordinances.
24
2. Comply with utility company requirements.
25
26
27
PART
2 - PRODUCTS
28
29
2.01
GENERAL
30
31
A.
Products may be new or used, but must be serviceable,
32
adequate for the intended purpose, and must not violate
33
the requirements of any applicable codes or standards.
34
35
B.
Owner will pay all costs to operate existing plant.
36
37
2.02
TEMPORARY UTILITIES
38
39
A.
Power:
40
1. Contractor may use existing receptacle outlets for
41
small power tools with 120 Y, single-phase, 15 amp,
42
and grounding connection plugs at no charge for power
43
energy.
44
a. Use of existing receptacle outlets shall be in
45
such a manner to minimize inconvenience to Owner
46
and his employees.
47
b. Provide any required extension cords.
48
c. Extension cords shall be supported or guarded to
49
positively prevent any hazard of any kind to
50
Owner's personnel.
51
2. Equipment testing:
52
a. Owner will pay for energy.
53
b. Contractor to pay all costs for temporary wiring,
01500-1
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
City of Lubbock, Municipal Water Treatment - Contract 4
01500-2
01
if required.
01
02
3.
Arrange for and pay all costs associated with power
02
03
service to the Contractor's field offices and to
03
04
Contractor's storage sheds, and pay all costs for.
04
05
energy used.
05
06
4.
Where no receptacle outlet is available and for
06
07
construction equipment larger than 15 amps, 120 V,
07
08
single-phase, arrange for and pay all costs associated
08
09
with temporary power service either from the local
09
10
utility or a portable engine -generator.
10
11
5.
Pay all costs for installation and removal of service,
11
12
and power used.
12
13
13
14
B. Water:
14
15
1.
Provide all water required for construction purposes
15
16
except as otherwise indicated.
16
17
2.
Provide all drinking water required by personnel. Pay
17
18
all costs.
18
19
3.
To extent available, water from existing plant may be
19
20
used for structure leakage testing required by Section
20
21
01650.
21
22
4.
Provide temporary pumping, piping and valves, as
22
23
necessary.
23
24
24
25
C. Sanitary and Personnel Facilities:
25
26
1.
Provide sanitary facilities:
26
27
a. As required by laws and regulations.
27
28
b. Not less than one facility.
28
29
c. Not less than one facility for every 20 employees
29
30
of Contractor and subcontractors at the site.
30
31
2.
Service, clean and maintain facilities and enclosures.
31
32
3.
Do not permit construction personnel to use Owner's
32
33
sanitary or personnel facilities.
33
34
34
35
D. Telephone
Service:
35
36
1.
Provide telephone service:
36
37
a. In Contractor's field office:
37
38
1) One direct line instrument with call waiting
38
39
service.
39
40
2) One facsimile machine with direct line.
40
41
3) One direct -line instrument for subcontractors
41
42
use.
42
43
4) Other instruments at Contractor's option.
43
44
2.
Pay all costs for installation and removal of
44
45
telephone and for local service.
45
46
3.
Toll charges shall be paid by the party placing the
46
47
call.
47
48
4.
No incoming calls allowed to Owner's plant telephone
48
49
system.
49
50
50
51
E. Temporary Heating and Ventilation:
51
52
1.
Provide temporary heating and ventilation as required
52
53
to maintain adequate environmental conditions to
53
City of Lubbock, Municipal Water Treatment - Contract 4
01500-3
o .
O1 facilitate progress of the Work, to meet specified 01
02
minimum conditions for the installation of materials,
02
03
and to protect materials and finishes from damage due
03
04
to temperature or humidity.
04
r..
05
2. Provide adequate forced ventilation of enclosed areas
05
06
to cure installed materials, to disperse humidity, and
06
07
to prevent hazardous accumulations of dust, fumes,
07
08
vapors or gases.
08
09
3. Portable heaters shall be standard approved units
09
10
complete with controls.
10
11
4. Pay all costs of installation, maintenance, operation,
11
12
13
removal, and for fuel consumed.
12
13
14
2.03
CONSTRUCTION AIDS
14
15
15
r"
16
A.
Provide construction aids and equipment required by
16
(
17
personnel and to facilitate the execution of the work:
17
18
1. Scaffolds.
18
19
2. Staging.
19
20
3. Ladders.
20
21
4. Stairs.
21
22
5. Ramps.
22
r"
23
6. Runways.
23
24
7. Platforms.
24
25
8. Railways.
25
�.
26
9. Hoists.
26
r
27
10. Cranes.
27
`
28
11. Chutes.
28
29
12. Other such facilities and equipment.
29
30
30
31
B.
Completely remove temporary materials, equipment, and
31
32
services at completion of the Project.
32
r.
33
33
34
C.
Grade the areas of the site affected by temporary
34
35
installations to required elevations and slopes, clean the
35
36
area, and restore to original condition or to specified
36
37
condition.
37
38
38
39
D.
Contractor is not to use or ask others to provide use of
39
�-
40
plant machinery, including carts and forklifts.
40
p
41
41
42
E.
Provide ear protection for personnel as required..
42
43
43
44
2.04
BARRIERS
44
E
45
45
46
A.
Fencing:
46
47
1. The site of the Work is not totally fenced.
47
48
2. Provide any additional fencing required to protect
48
49
products or to ensure public safety and the safety of
49
50
Owner's employees. The placement of temporary fencing
50
51
is subject to approval of the Owner.
51
52
52
53
B.
Barriers:
53
r-
t
City of Lubbock, Municipal Water Treatment - Contract 4
r
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01500-4
1. Provide suitable barriers as required for public
protection and protection of Owner's employees.
2.05 ENTRY ROADS
A. Contractor may use existing roadways for access to the
extent practical and shall provide additional access roads
and parking required for the Contractor's personnel or
operations.
1. Provide access to treatment plant parking area at all
times.
2. Maintain drainageways.
3. Control dust by daily sprinkling of water or other
methods acceptable to Engineer.
4. Provide gravel, crushed rock or other stabilization
material to permit access by all motor vehicles at all
times.•
5. Maintain road grade and crown to eliminate "potholes,"
rutting and other irregularities that restrict access.
6 Maintain one traffic lane at times when underground
construction is being conducted. Provide detours,
barriers, and traffic control.
7. Coordinate all detours and other operations affecting
traffic and access with Engineer. Provide at least 72
HR notice of any operations that will alter access to
the treatment plant.
PART 3 - EXECUTION
3.01 TEMPORARY UTILITIES
A. Maintain and operate systems to assure continuous service.
B. Modify and extend systems as work progress requires.
C. Completely remove temporary materials and equipment when
their use is no longer required.
D. Clean and repair damage caused by temporary installations
or use of temporary facilities.
3.02 CONSTRUCTION AIDS
A. Relocate construction aids as required by progress of
construction, storage or Work requirements, and to
accommodate legitimate requirements by Owner.
B. Completely remove temporary materials, equipment and
services at completion of the Project.
C. Clean and repair damage caused by installation or by use
of temporary facilities:
O1
02
03
04
05
06
07
08
09
10
11 .
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
City of Lubbock, Municipal Water Treatment Contract 4- .
01500-5
O1
1. Remove foundations and underground installations for
02
construction aids.
03
2. Grade the areas of the site affected by temporary
04
installations to required elevations and slopes, and
_
05
clean the area.
06
07
3.03
BARRIERS
08
09
A.
Install facilities of a neat and reasonably uniform
10
appearance, structurally adequate for the required
11
purposes.
12
13
B.
Relocate barriers as required by progress of construction.
14
15
C.
Completely remove barriers, including foundations, when
16
construction has progressed to the point that they are no
17
longer needed.
18
.,
19
D.
Clean and repair damage caused by installation, fill and
20
grade the areas of the site to required elevations and
21
slopes, clean the area and restore to specified condition
22
or, if not specified, to original condition.
23
24
3.04
FIELD OFFICE AND STORAGE SHEDS
25
.,
26
A.
Fill and grade sites for temporary structures to provide
27
surface drainage.
28
29
B.
Construct temporary field offices and storage sheds on
30
proper foundations, provide connections for utility
i,
31
services:
32
1. Secure portable or mobile buildings when used.
�.
33
2. Provide steps and landings at entrance door.
34
`
35
C.
Mount thermometer at convenient outside location, not in
36
direct sunlight.
37
38
D.
Remove temporary field offices, contents and services at a
39
time they are no longer needed.
�-
40
41
E.
Remove storage sheds when they are no longer needed.
`
42
43
F.
Remove foundations and debris, grade the site to required
r"
44
elevations, clean the areas and restore to specified
ii
45
condition or, if not specified, to original condition.
46
47
END OF SECTION
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
City of Lubbock, Municipal Water Treatment - Contract 4
r
(THIS PAGE LEFT BLANK INTENTIONALLY)
i
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
7
01600-1
91F13
SECTION 01600
01
02
PRODUCT DELIVERY, STORAGE, AND HANDLING
03
04
05
PART
1 - GENERAL
06
07
1.01
SUMMARY
08
09
A.
Section Includes:
10
1. Scheduling of product delivery.
11
2. Packaging of products for delivery.
12
3. Protection of products against damage from:
13
a. Handling.
14
b. Exposure to elements or harsh environments.
15
16
B.
Related Sections include but are not necessarily limited
17
to:
18
1. Division 0 - Bidding Requirements, Contract Forms, and
19
Conditions of the Contract.
20
2. Division 1 - General Requirements.
21
22
C.
Payment:
23
1. No payment will be made to Contractor for equipment
24
not properly stored and insured.
25
a. Previous payments for items will be deducted from
26
subsequent progress estimate(s) if proper storage
27
procedures are not observed.
28
29
1.02
QUALITY ASSURANCE
30
31
A.
Qualifications:
32
1. Follow manufacturer's written directions for storage
33
and handling.
34
35
1.03
DELIVERY, STORAGE, AND HANDLING
36
37
A.
Scheduling:
38
1. Schedule delivery of products or equipment as required
39
to allow timely installation and to avoid prolonged
40
storage.
41
42
B.
Packaging:
43
1. Deliver products or equipment in manufacturer's
44
original unbroken cartons or other containers., clearly
45
and fully marked and identified as to manufacturer,
46
'item, and installation location. Provide
47
manufacturer's instructions for storage.
48
49
C.
Protection:
50
1. Protect all products or equipment in accordance with
51
manufacturer's written directions.
52
a. Store products or equipment in location to avoid
53
r
F
City of Lubbock, Municipal water Treatment - Contract 4
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
01600-2.
physical damage to items while in storage.
01
b. Handle products or equipment in accordance with
02
manufacturer's recommendations and instructions.
03
2. Protect equipment from exposure to elements and keep
04
thoroughly dry.
05
3. Store pumps, motors, electrical equipment, and other
06
equipment having antifriction or sleeve bearings in
07
weathertight warehouses which are maintained at a
08
temperature of at least 60 DegF.
09
4. When space heaters are provided in equipment, connect
10
and operate heaters during storage until equipment is
11
placed in service.
12
13
14
PART
2 - PRODUCTS - (NOT APPLICABLE TO THIS SECTION)
15
16
17
PART
3 - EXECUTION
18
19
3.01
STORAGE FACILITIES
20
21
A.
Provide a weatherproof temporary storage building
22
specifically for the purpose of providing for protection
23
of products and equipment. Size building to accommodate
24
anticipated storage items. Provide methods of storage of
25
products and equipment off the ground. Equip building
26
with lockable doors and lighting,,and provide electrical
27
service for equipment space heaters and heating or
28
ventilation as necessary to provide storage environments
29
acceptable to specified manufacturers. Provide this
30
structure within 60 days after Notice to Proceed. Locate
31
building on -site where shown on the Drawings or in
32
location approved by Engineer. Remove building from site
33
prior to startup and demonstration period.
34
35
3.02
FIELD QUALITY CONTROL
36
37
A.
Inspect all products or equipment delivered to the site
38
prior to unloading. Reject all products or equipment that
39
are damaged, used, or in any other way unsatisfactory for
40
use on Project.
41
42
B.
Monitor storage area to ensure suitable temperature and
43
moisture conditions are maintained.
44
45
END OF SECTION
46
City of Lubbock, Municipal Water Treatment - Contract 4
i
01640-1
F.
O1 91F13 SECTION 01640 01
02
02
03
PRODUCT SUBSTITUTIONS
03
04
04
05
Ob
PART 1 - GENERAL
05
Ob
07
07
08
1.01 SUMMARY
08
� ^
09
09
r
10
A. Section Includes:
10
t`
11
1. The procedure for requesting substitution approval for
11
12
a product which is defined in the Contract Documents
12
r,
13
by reference to one or more of the following:
13
14
a. Name of manufacturer.
14
15
b. Name of vendor.
15
16
c. Trade name.
16
17
d. Catalog number.
17
`
18
18
r
19
B. Related Sections include but are not necessarily limited
19
20
to:
20
21
1. Division 0 - Bidding Requirements, Contract Forms, and
21
22
Conditions of The Contract.
22
r^
23
2. Division 1 - General Requirements.
23
i
24
24
`
25
C. Requests for Substitution - General:
25
26
1. Base all bids on materials, equipment, and procedures
26
i�
27
specified.
27
..
28
2. Certain types of equipment and kinds of material are
28
29
described in specifications by means of references to
29
30
names of manufacturers and vendors, trade names, or
30
31
catalog numbers. When this method of specifying is
31
`
32
used, it is not intended to exclude from consideration
32
33
other products bearing other manufacturer's or
33
r'
34
vendor's names, trade names, or catalog numbers,
34
35
provided said products are capable of accomplishing
35
36
the same tasks as the products specifically indicated.
36
�-
37
3. Other types of equipment and kinds of material may be
37
38
acceptable.
38
39
39
40
1.02 QUALITY ASSURANCE
40
41
41
42
A. In making request for substitution or in using an approved
42
43
product, Contractor represents:
43
44
1. He has investigated proposed product, and has
44
45
determined that it is equal or superior in all
45
46
respects to that specified, and that it will perform
46
47
function for which it is intended.
47
48
2. He will provide same guarantee for substitute item as
48
49
for product specified.
49
50
3. He will coordinate installation of accepted
50
►�
51
substitution into work, to include building
51
52
modifications if necessary, making such changes as may
52
53
be required for work to be complete in all respects.
53
!
City of Lubbock, Municipal Water Treatment - Contract 4
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01640-2.
4. He waives all claims for additional costs related to
substitution which subsequently arise.
1.03 DEFINITIONS
A. Product: Manufactured material or equipment.
1.04 PROCEDURE FOR REQUESTING SUBSTITUTION
A. Considered after award of Contract.
B. Written requests through Contractor only.
C. Transmittal Mechanics:
1. Follow the transmittal mechanics prescribed for shop
drawings in Section 01340. Product substitution will
be treated in a manner similar to "deviations," as
described in paragraph 1.03 B.6 of Section 01340.
List the letter describing the deviation and
justifications on the transmittal form in the space
provided under the column with the heading
"DESCRIPTION." Include in the transmittal letter,
either directly or as a clearly marked attachment, the
items listed in paragraph D below.
D. Transmittal Contents:
1. Product identification:
a. Manufacture's name.
b. Telephone number and representative contact name.
c. Specification section or drawing reference of
originally specified product, including discrete
name or tag number assigned to original product in
the Contract Documents.
2. Manufacturer's literature clearly marked to show
compliance of proposed product with Contract
Documents.
3. Itemized comparison of original and proposed product
addressing product characteristics including but not
necessarily limited to:
a. Size.
b. Composition or materials of construction.
c. Weight.
d. Electrical or mechanical requirements.
4. Product experience:
a. Location of past projects utilizing product.
b. Name and telephone number of persons associated
with referenced projects.knowledgeable concerning
proposed product.
c. Available field data and reports associated with
proposed product.
5. Data relating to changes in construction schedule.
6. Data relating to changes in cost.
7. Samples:
City of Lubbock, Municipal WaterTreatment- Contract 4
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
i
O1
a. At request of Engineer.
02
b. Full size if requested by Engineer.
03
c. Held until substantial completion.
04
d. Engineer not responsible for loss or damage to
05
samples.
06
07
1.05
APPROVAL OR REJECTION
08
09
A.
Written approval or rejection of substitution given by the
10
Engineer.
11
12
B.
Engineer reserves the right to require proposed product to
13
comply with color and pattern of specified product if
14
necessary to secure design intent.
15
16
C.
In event substitution results in a change of Contract
17
price or time, provisions in General Conditions will be
18
applied for adjustment.
19
20
D.
Substitutions will be rejected if:
21
1. Submittal is not through the Contractor with his stamp
22
of approval.
23
2. Requests are not made in accordance with this Section.
24
3. In the Engineer's opinion, acceptance will require
25
substantial revision of the original design.
26
4. In the Engineer's opinion, substitution is not equal
27
to original product specified or will not perform
28
adequately the function for which it was intended.
29
30
END OF SECTION
R
City of Lubbock, Municipal Water Treatment - Contract 4
01640-3
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
(THIS PAGE LEFT BLANK INTENTIONALLY)
r
l:
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
F
91GIO
PART 1 - GENERAL
1.01 SUMMARY
SECTION 01650
STARTUP
A. Section Includes:
1. Procedures and actions, required of the Contractor,
which are necessary to achieve and demonstrate
Substantial Completion.
2. Requirements for Substantial Completion Submittals.
1.02 DEFINITIONS
A. Pre -Demonstration Period: The period of time, of
unspecified duration after initial construction and
installation activities during which Contractor, with
assistance from manufacturer's representatives, performs
in the following sequence:
1. Equipment startup.
2. Personnel training.
B. Demonstration Period: A period of time, of specified
duration, following the Pre -Demonstration Period, during
which the Contractor initiates process flow through the
facility and starts up and operates the Project
components, without exceeding specified downtime
limitations, to prove the functional integrity of the
mechanical, electrical and control interfaces of the
respective equipment and components comprising the
facility as evidence of Substantial Completion.
1.03 SUBMITTALS
A. Submit in the chronological order listed below prior to
the completion of the Pre -Demonstration Period.
1. Master operation and maintenance training schedule:
a. Submit 30 days (minimum) prior to first training
session for Owner's personnel.
b. Schedule to include:
1) Target date and time for Owner witnessing of
each system initial start-up.
2) Target date and time for Operation and
Maintenance training for each system, both
field and classroom.
3) Target date for initiation of Demonstration
Period.
c. Schedule to be reviewed for approval by Owner.
d. Schedule shall accommodate holidays observed by
the Owner.
City of Lubbock, Municipal Water Treatment - Contract 4
01650-1
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
O1
02
03
04
05
06
01
08
09
10
11
12
13
14
15
16
11
18
19
20
21
22
23
24
25
26
21
28
29
30
31
32
33
34
35
36
31
38
39
40
41
42
43
44
45
46
41
48
49
50
51
52
53
01650-2
2.
e. Attend a schedule planning and coordination
meeting 90 calendar days prior to first
anticipated training session.
1) Provide a status report and
schedule -to -complete for requirements
prerequisite to manufacturer's training.
2) Identify initial target dates for individual
manufacturer's training sessions.
f. Owner reserves the right to insist on a minimum 1
days' notice of rescheduled training session not
conducted on master schedule target date for any
reason.
g. Schedule to be resubmitted until approved.
Substantial Completion Submittal:
a. Contractor's Notice of Substantial Completion and
Request for Inspection.
b. Approved Operation and Maintenance manuals
received by Engineer minimum 1 week prior to
scheduled training.
c. Written request for Owner to witness each system
pre -demonstration startup. Request to be received
by Owner minimum 1 week before scheduled training
of Owner's personnel on that system.
d. Equipment installation and pre -demonstration
startup certifications.
e. Letter verifying completion of all
pre -demonstration startup activities including
receipt of all specified items from manufacturers
or suppliers as final item prior to initiation of
Demonstration Period.
1.04 FACILITY STARTUP
A. Contractor to pay all costs associated with Facility
Startup.
PART 2 - PRODUCTS - (NOT APPLICABLE TO THIS SECTION)
PART 3 - EXECUTION
3.01 GENERAL
A. Facility Startup Divided into Two Periods:
1. Pre -Demonstration Period:
a. Finishing type construction work to bring Project
to a state of Substantial Completion.
b. Equipment Startup.
c. Personnel training.
2. Demonstration Period:
a. Demonstration of functional integrity of facility.
City of Lubbock, Municipal Water Treatment - Contract 4
O1
02
03
04
05
06
01
08
09
10
11
12
13
14
15
16
11
18
19
20
21
22
23
24
25
26
21
28
29
30
31
32
33
34
35
36
31
38
39
40
41
42
43
44
45
46
41
48
49
50
51
52
53
r
r
01650-3
O1
3.02 PRE -DEMONSTRATION PERIOD
O1
�^
02
02
l
03
A. Equipment Startup:
03
04
1. Requirements for individual items of equipment are
04
05
included in Divisions 2 through 16 of these
05
06
Specifications.
06
07
2. During Equipment Startup, Contractor will prepare the
07
08
equipment so it will operate properly and safely and
08
09
be ready to demonstrate functional integrity during
09
10
the Demonstration Period.
10
11
3. Procedures include but are not necessary limited to
11
12
the following:
12
13
a. Test or check and correct deficiencies of:
13
14
1) Power, control, and monitoring circuits for
14
15
continuity prior to connection to power
15
16
source.
16
17
2) Voltage of all circuits.
17
18
3) Phase sequence.
18
19
4) Cleanliness of connecting piping systems.
19
r"
20
5) Alignment of connected machinery.
20
99
21
6) Vacuum and pressure of all closed systems.
21
22
7) Lubrication.
22
23
8) Valve orientation and position status for
23
24
manual operating mode.
24
25
9) Tankage for integrity using clean water.
25
26
10) Pumping equipment using clean water.
26
27
11) Instrumentation and control signal generation,
27
28
transmission, reception, and response. See
28
29
Section 13440.
29
r-
30
12) Tagging and identification systems.
30
31
13) All equipment: Proper connections, alignment,
31
32
calibration and adjustment.
32
33
b. Calibrate all safety equipment.
33
34
c. Manually rotate or move moving parts to assure
34
35
freedom of movement.
35
36
d. "Bump" start electric motors to verify proper
36
�-
37
rotation.
37
38
e. Perform other tests, checks, and activities
38
39
required to make the equipment ready for
39
40
Demonstration Period.
40
r,
41
f. Documentation:
41
42
1) Prepare a log showing each equipment item
42
43
subject to this paragraph and listing what is
43
r-
44
to be accomplished during Equipment Startup.
44
45
Provide a place for the Contractor to record
45
46
date and person accomplishing required work.
46
47
Submit completed document before requesting
47
48
inspection for Substantial Completion
48
49
certification.
49
50
4. Obtain unqualified certifications and deliver to
50
51 Engineer: 51
52 a. Manufacturer's equipment installation check 52
53 letters. 53
City of Lubbock, Municipal Water Treatment - Contract 4
F
01650-4
O1
b.
Instrumentation Supplier's Instrumentation
01
02
Commissioning Report.
02
03
03
04
B. Personnel
Training:
04
05
1. See
individual equipment specification sections.
05
06
2. Conduct
all personnel training after completion of
06
07
Equipment
Startup for the equipment for which training
07
08
is
being conducted.
08
09
a.
Personnel training on individual equipment or
09
10
systems will not be considered completed unless:
10
11
1) All pretraining deliverables are received and
11
12
approved before commencement of training on
12
13
the individual equipment or system.
13
14
2) No system malfunctions occur during training.
14
15
3) All provisions of field and classroom training
15
16
specifications are met.
16
17
b.
Training not in compliance with the above will be
17
18
performed again in its entirety by the
18
19
manufacturer at no additional cost to Owner.
19
20
3. Field
and classroom training requirements:
20
21
a.
Hold classroom training on -site.
21
22
b.
Notify each manufacturer specified for on -site
22
23
training of the requirement for video record
23
24
sessions. Each training session shall be
24
25
organized in a format compatible with video
25
26
recording.
26
27
c.
Training instructor: Factory trained and familiar
27
28
with giving both classroom and "hands-on"
28
29
instructions.
29'
30
d.
Training instructors shall be at classes on time.
30
31
Session beginning and ending times to be
31
32
coordinated with the Owner and indicated on the
32
33
master schedule. Normal time lengths for class
33
34
periods can vary, but brief rest breaks should be
34
35
scheduled and taken.
35
36
e.
Organize training sessions into maintenance verses
36
37
operation topics and identify on schedule.
37
38
f.
Plan for minimum class attendance of 10 people at
38
39
each session and provide sufficient classroom
39
40
materials, samples, and handouts for those in
40
41
attendance.
41
42
g.
Instructors to have a typed agenda and well
42
43
prepared instructional material. The use of
43
44
visual aids, e.g., films; pictures, and slides is
44
45
recommended for use during the classroom training
45
46
programs. Deliver agendas to the Engineer a
46
47
minimum of 7 days prior to the classroom training.
47
48
Provide equipment required for presentation of
48
49
films, slides, and other visual aids.
49
50
h.
The on -site training sessions shall cover the
50
51
information required in the Operation and
51
52
Maintenance manuals submitted according to Section
52
53
01340 and the following areas.
53
City of.Lubbock, Municipal Water Treatment - Contract 4
t
F
O1 1) Operation of equipment.
02 2) Lubrication of equipment.
03 3) Maintenance and repair of equipment.
04 4) Troubleshooting of equipment.
05 5) Preventive maintenance procedures.
06 6) Adjustments to equipment.
07 7) Inventory of spare parts.
08 8) Optimizing equipment performance.
09 9) Capabilities.
10 10) Operational safety.
11 11) Emergency situation response.
12 12) Takedown procedures (disassembly and
13 assembly).
14 i. Address paragraphs h.l), h.2), h.8), h.9), h.10),
15 and h.11) in the operation sessions. Address
16 paragraphs h.3), h.4), h.5), h.6), h.7), and h.12)
17 in the maintenance sessions.
18 J. Maintain a log of classroom training provided
19 including: Instructors, topics, dates, time, and
20 attendance.
21
22 C. Substantial Completion of Project:
23 1. Complete the work.
24 2. Complete the equipment startup.
25 3. Complete the personnel training.
26 4. Complete the required submittals.
27 5. Contractor's Notice of Substantial Completion and
28 Request for Inspection.
29 a. When Contractor considers the Work of this Project
30 has reached Substantial Completion, submit
31 "Contractor's Notice of Substantial Completion and
32 Request for Inspection."
33 b. Engineer will review required submittals for
34 completeness within 10 calendar days of
35 Contractor's notice. If complete, Engineer will
36 complete inspection of the Work, within 10
37 calendar days of Contractor's notice.
38 c. Engineer will inform Contractor in writing of the
39 status of the Work reviewed, within 14 calendar
40 days of Contractor's notice.
41 1) Work determined not meeting state of
42 Substantial Completion:
43 a) Contractor: Correct deficiencies noted or
44 submit plan of action for correction
45 within 5 days of Engineer's determination.
46 b) Engineer: Reinspect work within 5 days of
47 Contractor's notice of correction of
48 deficiencies.
49 2) Work determined to be in state of tentative
50 Substantial Completion: Engineer to prepare
51 tentative "Engineer's Certificate of
52 Substantial Completion."
53 6. Engineer's Certificate of Substantial Completion:
City of Lubbock, Municipal Water Treatment - Contract 4
01650-5
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01650-6`' -
a. Issued subject to successful Demonstration of
functional integrity.
b. Issued for Project as a whole.
c. Issued subject to completion or correction of
items cited in the certificate (Punch List).
d. Issued with responsibilities of Owner and
Contractor cited.
e. Executed by Engineer.
f. Accepted by Owner.
g. Accepted by Contractor.
h. Upon successful completion of Demonstration
Period, Engineer will endorse certificate
attesting to the successful demonstration, and
citing the hour and date of ending the successful
Demonstration Period of functional integrity as
the effective date of Substantial Completion.
3.03 DEMONSTRATION PERIOD
A. General:
1. It is intended the Demonstration Period be conducted
under full operational conditions. Under no
circumstances is the Demonstration Period to be used
for repair, alteration, or adjustments rendering
facilities inoperative for more than 10 percent of the
period. Owner reserves the right to simulate
operational variables, equipment failures, routine
maintenance scenarios, etc., to verify the functional
integrity of automatic and manual backup systems and
alternate operating modes.
2. Time of beginning and ending any Demonstration Period
shall be agreed upon by Contractor, Owner, and
Engineer in advance of initiating Demonstration
Period.
3. The Demonstration Period will be performed with
Facility completely operational.
4. Perform the Demonstration Period as specified herein,
for each system with all systems in full operation for
a minimum of 168 consecutive hours without
interruption of equipment or system or need of
adjustment other than normal operational adjustments,
or repair beyond normal scheduled preventive
maintenance. If unscheduled adjustment or repair is
needed for any reason, beyond the amount specified in
paragraph 1 above the Demonstration Period shall be
deemed to have failed, and a new Demonstration Period
shall recommence, either immediately after correction
of cause of failure or at a later time, for 168 full
consecutive hours of operation.
5. Provide all labor, supervision, maintenance,
equipment, vehicles or any other item necessary to
operate and demonstrate all systems being
demonstrated.
City of Lubbock, Municipal Water Treatment - Contract 4
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41 .
42
43
44
45
46
47
48
49
50
51
52
53
01650-7
O1 6. Owner will provide operational personnel to provide
02 process decisions affecting plant performance.
03 Owner's assistance will be available only for process
04 decisions. Contractor will perform all other
05 functions including but not limited to equipment
06 operation and maintenance until successful completion
07 of the Demonstration Period.
08 7. Throughout the Demonstration Period, provide
09 knowledgeable personnel to answer Owner's questions
10 and to respond to any system problems or failures
11 which may occur.
12
13 END OF SECTION
City of Lubbock, Municipal Water Treatment - Contract 4
O1
02
03
04
05
06
07
08
09
10
11
12
13
(THIS PAGE LEFT BLANK INTENTIONALLY)
7
01700-1
O1
r
02
y
03
SECTION 01700
04
05
CONTRACT CLOSEOUT
r
06
07
08
PART 1
- ADMINISTRATIVE PROCEDURES
r
09
l
10
1.01
GENERAL
11
12
13
A.
Comply with requirements stated in Contract Forms,
Contract Requirements, and General Requirements, and in
14
Specifications for administrative procedures in closing
15
out the Work.
16
17
1.02
SUBSTANTIAL COMPLETION
18
19
20
A.
See General Conditions.
21
1.03
FINAL INSPECTION
22
23
A.
When Contractor considers the Work is complete, he shall
24
submit written certification that:
25
1. Contract Documents have been reviewed.
26
2. Work has been inspected for compliance with Contract
27
Documents.
28
3. Work has been completed in accordance with Contract
29
Documents.
r"
30
4. Equipment and systems have been tested in the presence
31
of Owner's representative and are operational.
32
5. Work is completed and ready for final inspection.
�.,
33
34
B.
Engineer and Owner will make an inspection to verify the
35
status of completion with reasonable promptness after
36
receipt of such certification.
17
37
38
C.
Should Engineer Consider That the Work is Incomplete or
39
Defective.
�•
40
1. Engineer will promptly notify the Contractor in
41
writing, listing the incomplete or defective work.
42
2. Contractor shall take immediate steps to remedy the
43
stated deficiencies, and send a second written
44
certification to Engineer that the Work is complete.
45
3. Engineer will reinspect the Work.
46
�.•
47
D.
When Engineer finds that the Work is acceptable; under the
48
Contract.Documents, he shall request the Contractor to
49
make closeout submittals.
50
51
1.04
REINSPECTION FEES
52
53
A.
Should Engineer and Owner perform reinspections due to
r
City of Lubbock, Municipal Water Treatment - Contract 4
7
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01700-2
O1 failure of the Work -to comply with the claims of status of
02 completion made by the Contractor.
03 1. Owner will compensate Engineer for such additional
04 services of Consultant.
05 :: 2. Owner will deduct the amount of such compensation from
06 the final payment to the Contractor.
07
08 1.05 CONTRACTOR'S CLOSEOUT SUBMITTALS TO ENGINEER
09
10
11
12:
13
14
15
16
17
18
19
20
21
22
23
A. Project Record Documents.
B. Operating and Maintenance•Data, Instructions to Owner's
Personnel As specified in Section 01340.,
C. Spare Parts and Maintenance Materials: As specified in
the individual Specification sections and herein.
D. Evidence of Payment and Release of Liens: As specified in
the General and Supplementary Conditions.
E.
24 1.06
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
A.
B.
41 1.07
42
43
44
45
46
47
48
49
50
51
52
53
A.
Two Copies of Each Specified Special Bond, Warranty, and
Service Contract.
FINAL ADJUSTMENTS OF ACCOUNTS
Submit a Final.Statement of Accounting to Engineer.
Statement Shall Reflect All Adjustments to the Contract
Sum.
1. The original Contract Sum.
2. Additions anddeductions resulting from:
a. Previous Change Orders.
b. Deductions for uncorrected Work.
c. Deductions for liquidated damages
d. Deductions for reinspection payments
e. Other adjustments.
3. Total Contract Sum, as adjusted.
4. Previous payments.
5. Sum remaining due.
FINAL APPLICATION FOR PAYMENT -
Contractor shall submit the final Application for Payment
in accordance with procedures and requirements stated in
the Conditions of the Contract and those specified below.
B. Upon receipt of Final Application for Payment, if the
document is correct and complete, the Engineer will notify
the Owner that the Final Application for Payment has been
reviewed; the Owner, through its Council, will publish
notice for claim which will require up to 50 days. If no
claims are received and all other conditions are met, the
final payment will be made to the Contractor within 10
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
City of Lubbock, Municipal Water Treatment Contract 4
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
days of the expiration date for receipt of claims.
PART 2 - RECORD DOCUMENTS
2.01 GENERAL
A. Maintain at Project -Site for Owner One Record Copy of:
1. Drawings.
2. Specifications.
3. Addenda.
4. Change Orders and other modifications to the Contract.
5. Engineer's Field Orders or written instructions.
6. Approved Shop Drawings and Product Data.
7. Field test records.
8. Construction photographs.
2.02 MAINTENANCE OF DOCUMENTS AND SAMPLES
A. Store documents and samples in Contractor's field office
apart from documents used for construction.
1. Provide files and racks for storage of documents.
2. Provide locked cabinet or secure storage space for
storage of samples.
B. File documents and samples in accordance with Data Filing
Format of the Uniform Construction Index.
C. Maintain documents in a clean, dry, legible condition and
in good order. Do not use record documents for
construction purposes.
D. Make documents and samples available at all times for
inspection by Engineer.
2.03 MARKING DEVICES
A. Provide felt-tip marking pens for recording information in
the color code designated by Engineer.
2.04 RECORDING
A. Label Each Document "Project Record" in Neat Large Printed
Letters.
B. Record Information Concurrently With Construction
Progress.
1. Do not conceal any Work until required information is
recorded.
C. Drawings: Legibly mark to record actual construction.
1. Depths of various elements of foundation in relation
to finished first floor data.
City of Lubbock, Municipal Water Treatment - Contract 4
01700-3
O1
02
03
04
05
06
O7
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01700-4
O1
2. Horizontal and vertical locations of underground
01
02
utilities and appurtenances referenced to permanent
02
03
surface improvements.
03
04
3. Location of internal utilities and appurtenances
04
05
concealed in the construction referenced to visible
05
06
and accessible features of the structure.
06
07
4. Field changes of dimension and detail.
07
08
5. Changes made by Field Order or by Change Order.
08
09
6. Details not on original Contract Drawings.
09
10
10
11
D.
Specifications and Addenda: Legibly mark each section to
11
12
record.
12
13
1. Manufacture, trade name, catalog number, and supplier
13
14
of each product and item of equipment actually
14
15
installed.
15
16
2. Changes made by Field Order or by Change Order.
16
17
17
18
2.05
SUBMITTAL
18
19
19
20
A.
At Contract Closeout, Deliver Record Documents to Engineer
20
21
for Owner.
21
22
22
23
B.
Accompany Submittal with Transmittal Letter in Duplicate,
23
24
Containing:
24
25
1. Date.
25
26
2. Project title and number.
26
27
3. Contractor's name and address.
27
28
4. Title and number of each Record Document.
28
29
5. Signature of Contractor or his authorized
29
30
representative.
30
31
31
32
32
33
PART 3
- SPARE PARTS AND MAINTENANCE MATERIALS
33
34
34
35
3.01
GENERAL
35
36
36
37
A.
Provide spare parts, maintenance materials, and special
37
38
tools as specified in the individual Specification
38
39
sections.
39
40
40
41
B.
Store the Items in a Clean, Dry, Heated Storage Shed or
41
42
Bonded Warehouse.
42
43
43
44
C.
Protect All Items from Damage During Storage.
44
45
45
46
3.02
DELIVERY TO OWNER
46
47
47
48
A.
At or prior to the time of the inspection for Substantial
48
49
Completion deliver all required items to Owner at the
49
50
place on the site designated by Owner.
50
51
1. Contractor and representatives of Owner and Engineer
51
52
shall inspect and inventory all items delivered.
52
53
53
A -
City of Lubbock; Municipal Water Treatment'- Contract 4
rr
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
B. Submit to Engineer a Detailed Invoice of All Items
Delivered.
1. Organize invoice by Specification sections.
2. Indicate on invoice any items delivered that were
damaged or defective.
3. Contractor and Owner's and Engineer's representatives
shall sign invoice certifying that all items listed
were delivered and that, unless otherwise noted on the
invoice, all items were in good condition at the time
of delivery to Owner.
C. Engineer will review invoice for completeness and inform
Contractor promptly of any deficiencies therein.
D. Contractor shall deliver all additional items identified
by Engineer and replace all damaged and defective items
noted on the original invoice before requesting final
inspection.
E. Invoices for additional and replacement items, signed by
Contractor and Owner's and Engineer's representatives,
shall be submitted.•
3.03 PAYMENT
A. No Certification of Substantial Completion will be issued
by Engineer until the required invoice is submitted for
review.
B. Final payment will not be made until all specified spare
parts, maintenance materials, and special tools have been
delivered to Owner in acceptable condition.
END OF SECTION
City of Lubbock, Municipal Water Treatment - Contract 4
01700-5
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
(THIS PAGE LEFT BLANK INTENTIONALLY)
F
01710-1
O1
91F13
SECTION 01710
01
02
02
03
CLEANING
03
04
04
05
05
06
PART
1 - GENERAL
06
07
07
08
1.01
SUMMARY
08
09
09
10
A.
Section Includes:
10
11
1. Intermediate and final cleaning of Work not including
11
12
special cleaning of closed systems specified elsewhere.
12
13
13
14
B.
Related Sections include but are not necessarily limited to:
14
15
1. Division 0 - Bidding Requirements, Contract Forms, and
15
16
Conditions of the Contract.
16
17
2. Division 1 - General Requirements.
17
18
18
19
1.02
STORAGE AND HANDLING
19
20
20
21
A.
Store cleaning products and cleaning wastes in containers
21
22
specifically designed for those materials.
22
23
23
24
1.03
SCHEDULING
24
25
25
26
A.
Schedule cleaning operations so that dust and other
26
27
contaminants disturbed by cleaning process will not fall on
27
28
newly painted surfaces.
28
29
29
30
30
31
PART
2 - PRODUCTS
31
32
32
33
2.01
MATERIALS
33
34
34
35
A.
Cleaning Agents:
35
36
1. Compatible with surface being cleaned.
36
37
2. New and uncontaminated.
37
38
3. For Manufactured Surfaces: Material recommended by
38
39
manufacturer.
39
40
40
41
41
42
PART
3 - EXECUTION
42
43
43
44
3.01
CLEANING - GENERAL
44
45
45
46
A.
Prevent accumulation of wastes that create hazardous
46
47
conditions.
47
48
48
49
B.
Conduct cleaning and disposal operations to comply with laws
49
50
and safety orders of governing authorities.
50
51
51
52
C.
Do not dispose of volatile wastes such as mineral spirits,
52
53
oil, or paint thinner in storm or sanitary drains or sewers.
53
City of Lubbock, Municipal Water Treatment - Contract 4
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01710-2
D. Dispose of degradable debris at an approved solid waste
disposal site.
E. Dispose of nondegradable debris at an approved solid waste
disposal site or in an alternate manner approved by Engineer
and regulatory agencies.
F. Handle materials in a controlled manner with as few handlings
as possible.
G. Do not drop or throw materials from heights greater than 4 FT
or less than 4 FT if conditions warrant greater care.
H. On completion of work, leave area in a clean, natural looking
condition. Remove all signs of temporary construction and
activities incidental to construction of required permanent
Work.
I. Do not burn on -site.
3.02 INTERIOR CLEANING
A. Cleaning During Construction:
1. Keep work areas clean so as not to hinder health, safety
or convenience of personnel in existing facility
operations.
2. At maximum weekly intervals, dispose of waste materials,
debris, and rubbish.
3. Vacuum clean interior areas when ready to receive finish
painting. Continue vacuum cleaning on an as -needed
basis, until substantial completion.
4. Control dust in work areas of existing facilities.
a. Provide protection to existing electrical and
mechanical equipment as required to eliminate
detrimental.effects due to construction.
b. Weekly check air handling filters in existing units
having construction activities. Replace as
necessary.
c. At maximum monthly intervals, check interior of
existing electric panels and vacuum if dust
accumulation has occurred.
d. At maximum weekly intervals, sweep all floors,
including basins, tunnels, platforms, walkways, and
pick up and dispose of all debris. Use dust
suppressant sweeping compound in areas open toareas
of existing facility operations.
B. Final Cleaning:
1. Complete immediately prior to Demonstration Period.
2. Remove grease, mastic, adhesives, dust, dirt, stains,
fingerprints, labels, and other foreign materials from
sight -exposed surfaces.
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28.
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
City of Lubbock, Municipal Water Treatment - Contract 4
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
01710-3
3. Wipe all lighting fixture reflectors, lenses, lamps and
01
trims clean.
02
4. Wash and shine glazing and mirrors.
03
5. Polish glossy surfaces to a clear shine.
04
6. Ventilating systems:
05
a. Clean permanent filters and replace disposable
06
filters if units were operated during construction.
07
b. Clean ducts, blowers and coils if units were operated
08
without filters during construction.
09
7. Replace all burned out lamps.
10
8. Broom clean process area floors.
11
9. Mop office and control room floors.
12
13
3.03
EXTERIOR (SITE) CLEANING
14
15
A.
Cleaning During Construction:
16
1. Construction debris:
17
a. Confine in strategically located container(s):
18
1) Cover to prevent blowing by wind.
19
2) Haul from site minimum once a week.
20
b. Remove from work area to container daily.
21
2. Vegetation:
22
a. Keep weeds and other vegetation trimmed to 3 IN
23
maximum height.
24
3. Soils, sand, and gravel deposited on paved areas and
25
walks:
26
a. Remove as required to prevent muddy or dusty
27
conditions.
28
b. Do not flush into storm sewer system.
29
30
B.
Final Cleaning:
31
1. Remove trash and debris containers from site:
32
a. Re -seed areas disturbed by location of trash and
33
debris containers.
34
2. Clean paved roadways.
35
36
3.04
FIELD QUALITY CONTROL
37
38
A.
Immediately prior to Demonstration Period, conduct an
39
inspection with Engineer to verify condition of all work
40
areas.
41
42
END OF SECTION
43
City of Lubbock, Municipal Water Treatment - Contract 4
No Text
r
1.
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
F
M:11
91F19
SECTION 01800
01
02
OPENINGS AND PENETRATIONS IN CONSTRUCTION
03
04
05
PART
1 - GENERAL
06
07
1.01
SUMMARY
08
09
A.
Section Includes:
10
1. Openings and penetrations in construction.
11
12
B.
Related Sections include but are not necessarily limited to:
13
1. Division 0 - Bidding Requirements, Contract Forms, and
14
Conditions of the Contract.
15
2. Division 1 - General Requirements.
16
3. Section 07900 - Joint Sealants.
17
4. Section 09905 - Painting and Protective Coatings.
18
19
1.02
QUALITY ASSURANCE
20
21
A.
Referenced Standards:
22
1. American Concrete Institute (ACI):
23
a. 318, Building Code Requirements for Reinforced
24
Concrete.
25
2. American Society for Testing and Materials (ASTM):
26
a. A53, Standard Specification for Pipe, Steel, Black
27
and Hot -Dipped, Zinc -Coated Welded and Seamless.
28
3. National Fire Protection Association (NFPA):
29
a. 70, National Electrical Code (NEC).
30
31
B.
Miscellaneous:
32
1. Furnish to subcontractors complete information concerning
33
location and placement of openings and penetrations for
34
inclusion in the shop drawings. Show coordination with
35
work of all other trades.
36
2. When any opening larger than 10 IN must be made in a
37
completed structure, secure Engineer approval before
38
starting work.
39
40
1.03
SUBMITTALS
41
42
A.
Shop Drawings:
43
1. See Section 01340.
44
2. Scaled or dimensioned drawings showing location of all
45
openings with schedule showing size and method to be used
46
for making opening.
47
3. Details of required seals verifying compliance of methods
48
and materials.
49
50
51
PART
2 - PRODUCTS
52
53
City of Lubbock, Municipal Water Treatment - Contract 4
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01800-2
2.01 MATERIALS
A. Steel Pipe Sleeves: ASTM A53, Schedule 40, black.
B. Backing Rod and Sealant: See Section 07900.
PART 3 - EXECUTION
3.01 OPENING AND PENETRATIONS - GENERAL
A. Set sleeves with ends flush with finished surfaces, unless
otherwise specified or indicated on Drawings.
B. Where pipes or ducts pass through floors in locations where
floors can be washed or wetted, set sleeves with top 4 IN
above finish floors.
C. For insulated piping or ducts, size sleeves large enough to
accommodate full thickness of insulation.
D. Set sleeves or framed openings in advance in order to avoid
conflict with other trades.
E. Existing Cast -In -Place Concrete Construction:
1. Do not cut into nor core drill any beams, joists or
columns.
2. Do not install sleeves in beams, joists, or columns.
3. Do not install recesses in beams, joists, columns or
slabs.
4. Installation methods:
a. Saw or core drill with non impact type equipment.
b. Mark opening and drill small 3/4 IN or/less holes
through structure following opening outline.
c. Sawcut opening outline on both surfaces then knock
out within sawcuts using impact type equipment using
extreme caution not to chip or spall face of surface
to remain intact.
F. Where alterations are necessary or where new and old work
join, restore adjacent surfaces to their condition existing
prior to start of work.
G. Hot dip galvanize (or paint in accordance with Section 09905)
all steel sleeves installed.
H. Install sleeves and pipes in accordance with ACI 318, Chapter
Chapter 6.
I. Install electrical conduit in accordance with NFPA 70,
Article 501.
3.02 GENERAL SCHEDULE OF PENETRATIONS THROUGH FLOORS, ROOFS,
City of Lubbock, Municipal Water Treatment Contract 4
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
F
F
r-
t
01800-3
O1
FOUNDATION BASE SLABS, FOUNDATION WALLS, FOUNDATION FOOTINGS,
02
PARTITIONS AND WALLS FOR PIPING AND CONDUIT
03
04
A. Provide openings and penetrations in construction where shown
05
on Drawings and as described in following listing:
06
07
Type A -
Block out 1 IN larger than outside dimensions of
08
pipe, or conduits (for multiple conduit
09
assemblies). Dimension to allow for insulation
10
to pass through opening where insulation is
11
required.
12
13
Type B -
Steel pipe sleeve with wall anchor.
14
15
Type C -
12 GA sheet metal sleeve with welded seams integrally
16
incorporated into construction.
17
18
Type D -
Commercial type casting wall sleeve.
19
20
Type E -
Steel pipe sleeve with (combination anchor and water
21
stop plate).
22
23
Type F -
Cast -in -place pipe or conduit.
24
25
Type G -
Cast -in -place with (combination anchor and water
26
stop plate) welded to pipe or ductwork.
27
28
Type H -
Core drill after structure is in place.
29
30
B. Provide
seals of material and method described as follows
31
unless otherwise noted on Drawings. Assure seal material and
32
method are compatible with location and service of seal.
33
Install
backer rods and sealant inside annulus of sleeves as
34
specified.
35
36
Category
1 - Link -Seal
37
38
Category
2 - Lead and Oakum
39
40
Category
4 - Backer rod and sealant.
41
42
Category
5 - Backer rod and sealant with escutcheons on
43
both sides of opening.
44
45
46
Category
9 - Refer to Section 07534 roofing and Drawings.
47
48
Category
10 - Fire rated sealant.
49
50
Category
11 - Conduit seals.
51
52
C. Subject to compliance with Contract Documents, furnish
53
openings
and sealing material in full accordance with
City of Lubbock, Municipal Water Treatment - Contract 4
01800-4
O1 Drawings and the following schedule:
02
03
OPENING
SEALING MATERIAL
04
LOCATION
MEDIA
TYPE
CATEGORY
05
-----------------
-----
----
----------------
06
07
Through floors
Pipes
C
4
08
with bottom side
09
a hazardous area
Conduits
F
11
10
11
12
Through floors
Pipes
F
Not require
13
on grade above
14
water table
Conduits
F,A,C,
4 w/opening A or C
15
16
17
Through walls
Pipe
D or E
1 or 2
18
where one side is
19
a hazardous area
Conduit
F
11
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
Through.exterior Pipe
wall below grade Conduits
Through wall Pipes
from wet well
to dry well Conduits
Through exterior Pipe
wall above grade
Conduits
Roof penetrations Pipes
Conduits
Through interior Pipes
walls and slabs
unless specifi- Conduits
cally covered
above
0orE 1or2
F Not required
DorE 1
F 11
A,B,C,D, 5 with opening A
or F 4 with opening B, C
or D
A or F 5 with opening A
A 9
A 9
F Not required
AorC 4
A or F 4 for opening A
END OF SECTION
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29-
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
City of Lubbock, Municipal Water Treatment - Contract 4
02110-1
01
91H12
SECTION 02110
01
02
02
03
SITE CLEARING
03
04
04
05
05
06
PART
1 - GENERAL
06
07
07
08
1.01
SUMMARY
08
09
09
10
A.
Section Includes:
10
11
1. Site clearing, tree protection, stripping topsoil and
11
12
demolition.
12
13
13
14
B.
Related Sections include but are not necessarily limited to:
14
15
1. Division 0 - Bidding Requirements, Contract Forms, and
15
16
Conditions of the Contract.
16
17
2. Division 1 - General Requirements.
17
18
3. Section 02200 - Earthwork.
18
19
19
20
20
21
PART
2 - PRODUCTS - (NOT APPLICABLE TO THIS SECTION)
21
22
22
23
23
24
PART
3 - EXECUTION
24
25
25
26
3.01
PREPARATION
26
27
27
28
A.
Protect existing trees and.other vegetation to remain against
28
29
damage.
29
30
1. Do not smother trees by stockpiling construction
30
31
materials or excavated materials within drip line.
31
32
2. Avoid foot or vehicular traffic or parking of vehicles
32
33
within drip line.
33
34
3. Provide temporary protection as required.
34
35
35
36
B.
Repair or replace trees and vegetation damaged by
36
37
construction operations. .
37
38
1. Repair to be performed by a qualified tree surgeon.
38
39
2. Remove trees which cannot be repaired and restore to
39
40
full -growth status.
40
41
3. Replace with new trees of minimum 4 IN caliper.
41
42
42
43
C.
Owner will obtain authority for removal and alteration work
43
44
on adjoining property.
44
45
45
46
3.02
SITE CLEARING
46
47
47
48
A.
Topsoil Removal:
48
49
1. Strip topsoil to depths encountered.
49
50
a. Remove heavy growths of grass before stripping.
50
51
b. Stop topsoil stripping sufficient distance from such
51
52
trees to prevent damage to main root system.
52
53
c. Separate from underlying subsoil or objectionable
53
City of.Lubbock, Municipal Water Treatment - Contract 4 8-13-91
r
02110-2
01
material.
01
02
2. Stockpile topsoil where directed.
02
03
a. Construct storage piles to freely drain surface
03
04
water.
04
05
b. Seed or cover storage piles to prevent erosion.
05
06
3. Do not strip topsoil in wooded areas where no change in
06
07
grade occurs.
07
08
4. Borrow topsoil:
08
09
a. Reasonable free of subsoil, objects over 2 IN DIA,
09
10
weeds and roots.
10
11
11
12
B.
Clearing and Grubbing:
12
13
1. Clear from within limits of construction all trees not
13
14
marked to remain.
14
15
a. Include shrubs, brush, downed timber, rotten wood,
15
16
heavy growth of grass and weeds, vines, rubbish,
16
17
structures and debris.
17
18
2. Grub (remove) from within limits of construction all
18
19
stumps, roots, root mats, logs and debris encountered.
19
20
a. Grubbing under areas to be paved:
20
21
1) Totally grub.
21
22
b. Grubbing in lawn areas:
22
23
1) In cut areas, totally grub.
23
24
2) In fill areas, where fill is less than-3 FT
24
25
totally grub ground.
25
26
3) Where fill is 3 FT or more in depth, stumps may
26
27
be left no higher than 6 IN above _existing ground
27
28
surface.
28
29
29
30
C.
Disposal of Waste Materials:
30
31
1. Do not burn combustible materials on site.
31
32
2. Remove all waste materials from site.
32
33
3. Do not bury organic matter on site.
33
34
34
35
3.03
ACCEPTANCE
35
36
36
37
A.
Upon completion of the site clearing, obtain Engineer's
37
38
acceptance of the extent of clearing, depth of stripping and
38
39
rough grade.
39
40
40
41
END OF SECTION
41
City of Lubbock, Municipal Water Treatment -Contract 4 8-13-91
r
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
91H01
PART 1 - GENERAL
1.01 SUMMARY
A. Section Includes:
1. Earthwork.
SECTION 02200
EARTHWORK
B. Related Sections include but are not necessarily limited
to:
1. Division 0 - Bidding Requirements, Contract Forms, and
Conditions of the Contract.
2. Division 1 - General Requirements.
1.02 QUALITY ASSURANCE
A. Referenced Standards:
1. American Society for Testing and Materials (ASTM):
a. D698, Tests for the Moisture Density Relations of
Soils and Soil Aggregate Mixtures Using a 5.5 LB
Hammer and a 12 IN Drop.
b. D1557, Tests for Moisture Density Relations of
Soils and Soil Aggregate Mixtures Using a 10 LB
Hammer and a 18 IN Drop.
c. D4253, Test Methods for Maximum Index Density of
Soils Using a Vibratory Table.
d. D4254, Test Methods for Minimum Index Density of
Soils and Calculation of Relative Density.
1.03 SUBMITTALS
A. Shop Drawings:
1. See Section 01340.
2. Product technical data including:
a. Acknowledgement that products submitted meet
requirements of standards referenced.
b. Manufacturer's installation instructions.
3. Certifications.
B. Samples:
1. Submit samples and source of fill and backfili
materials proposed for use.
2. Submit samples and source of borrow materials proposed
for use.
PART 2 - PRODUCTS
2.01 MATERIALS
City of Lubbock, Municipal Water Treatment - Contract 4
02200-1
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01
02
03
04
05
06
07
O8
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
02200-2
A. Fill and Backfill: Selected material approved by Engineer
from site excavation or from off site borrow. Soil shall
be uniformly blended clayey sand, with a Plasticity Index
(PI) of between 4 and 15.
B. Granular Fill under tank: Clean, washed, natural sand,
well graded compacted to 75 percent relative density per
ASTM D4253 and D4254.
PART 3 - EXECUTION
3.01 PROTECTION
A. Protect existing surface and subsurface features on site
and adjacent to site as follows:
1. Provide barricades, coverings, or other types of
protection necessary to prevent damage to existing
items indicated to remain in place.
2. Protect and maintain bench marks, monuments or other
established reference points and property corners. If
disturbed or destroyed, replace at own expense to full
satisfaction of Owner and controlling agency.
3. Verify location of utilities. Omission or inclusion
of utility items does not constitute non-existence or
definite location. Secure and examine local utility
records for location data.
a. Take necessary precautions to protect existing
utilities from damage due to any construction
activity.
b. Repair damages to utility items at own expense.
c. In case of damage, notify Engineer at once so
required protective measures may be taken.
4. Maintain free of damage, existing sidewalks,
structures, and pavement, not indicated to be removed.
Any item known or unknown or not properly located that
is inadvertently damaged shall be repaired to original
condition. All repairs to be made and paid for by
Contractor.
5. Provide full access to public and private premises,
fire hydrants, street crossings, sidewalks and other
points as designated by Owner to prevent serious
interruption of travel.
6. Maintain stockpiles and excavations in such a manner
to prevent inconvenience or damage to structures on
site or on adjoining property.
7. Avoid surcharge or excavation procedures which can
result in heaving, caving, or slides.
B. Salvageable Items: Carefully remove items to be salvaged,
and store on Owner's premises unless otherwise directed.
City of Lubbock, Municipal Water Treatment - Contract 4
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
C. Dispose of waste materials legally, off site. Burning, as
a means of waste disposal, is not permitted.
3.02 SITE EXCAVATION AND GRADING
A. The work includes all operations in connection with
excavation, borrow, construction of fills and embankments,
rough grading, and disposal of excess materials in
connection with the preparation of the site(s) for
construction of the proposed facilities.
B. Excavation and Grading: Perform as required by the
Contract Drawings.
1. Contract Drawings may indicate both existing grade and
finished grade required for construction of Project.
Stake all units, structures, piping, roads, parking
areas and walks and establish their elevations.
Perform other layout work required. Replace property
corner markers to original location if disturbed or
destroyed.
2. Preparation of ground surface for embankments or
fills: Before fill is started, scarify to a minimum
depth of 6 IN all proposed embankment and fill areas.
Where ground surface is steeper than one vertical to
four horizontal, plow surface in a manner to bench and
break up surface so that fill material will bind with
existing surface.
3. Protection of finish grade: During construction,
shape and drain embankment and excavations-. Maintain
ditches and drains to providedrainage at all times.
Protect graded areas against action of elements prior
to acceptance of work. Reestablish grade where
settlement or erosion occurs.
C. Borrow: Provide necessary amount of approved fill
compacted to density equal to that indicated in this
Specification. Include cost of all borrow material in
original proposal. fill material to be approved by
Engineer prior to placement.
D. Construct embankments and fills as required by the
Contract Drawings:
1. Construct embankments and fills at locations and to
lines of grade indicated. Completed fill shall
correspond to shape of typical cross section or
contour indicated regardless of method used to show
shape, size, and extent of line and grade of completed
work.
2. Provide approved fill material which is free from
roots, organic matter, trash, frozen material, and
stones having maximum dimension greater than 6 IN.
Ensure that stones larger than 4 IN, are not placed in
upper 6 IN of fill or embankment. Do not place
City of Lubbock, Municipal Water Treatment - Contract 4
02200-3
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
02200-4
'—
01
material in layers greater than 8 IN loose thickness.
01
02
Place layers horizontally and compact each layer prior
02
03
to placing additional fill.
03
04
3. Compact by sheepsfoot, pneumatic rollers, vibrators,
04
05
or by other equipment as required to obtain specified
05
06
density. Control moisture for each layer necessary to
06
07
meet requirements of compaction.
07
08
08
09
3.03
USE OF EXPLOSIVES
09
10
10
11
A.
Blasting with any type of explosive is prohibited.
11
12
12
13
3.04
FIELD QUALITY CONTROL
13
14
14
15
A.
Moisture density relations, to be established by the
15
16
Engineer required for all materials to be compacted.
16
17
17
18
B.
Extent of compaction testing will be as necessary to
18
19
assure compliance with specifications.
19
20
20
21
C.
Give minimum of 24 HR advance notice to Engineer when
21
22
ready for compaction or subgrade testing and inspection.
22 _
23
23
24
D.
Should any compaction density test or subgrade inspection
24
25
fail to meet Specification requirements, perform-
25
26
corrective work as necessary.
26
27
27
28
E.
Pay for all.costs associated with corrective work and
28
29
retesting resulting from failing compaction density tests.
29 .�
30
30
31
3.05
COMPACTION DENSITY REQUIREMENTS
31 -
32
:'
32
33
A.
Obtain approval from Engineer with regard to suitability
33 -'
34
of soils and acceptable subgrade prior to subsequent
34
35
operations.
35
36
36
37
B.
Provide dewatering system necessary to successfully.
37
38
complete compaction and construction requirements.
38
39
39
40
C.
Remove frozen loose, wet or soft material and replace with
40
41
approved material as directed by Engineer.
41
42
42
43
D.
Stabilize subgrade with well graded granular materials as
43 _
44
directed by Engineer.
44
45
45
46
E.
Assure by results of testing that compaction densities
46
47
comply with the following requirements:
47 `
48
1. Sitework:
48
49
49
50
LOCATION COMPACTION DENSITY
50 _
51
--------------------------
51
52
52
53
UNDER PAVED AREAS,
53
City of Lubbock, Municipal Water -Treatment - Contract 4
r
O1
..
02
03
04
05
Wft
06
07
08
..
09
10
11
12
13
14
15
..�
16
17
18
19
20
21
22
,.,
23
24
25
26
27
28
29
31
3
32
33
34
35
36
r.
37
38
39 3.06
40
41 A.
42
43
44
45
'
46
47
7
48
49
50
r
51
52
53
SIDEWALKS AND PIPING:
Cohesive Soils
Cohesionless Soils
UNPAVED AREAS:
Cohesive Soils
Cohesionless Soils
2. Structures:
LOCATION
100 percent, ASTM D698
75 percent relative.density
per ASTM D4253 and D4254
85 percent, ASTM D698
60 percent relative density
per ASTM D4253 and D4.254
Inside of structures
under foundations, under
equipment support pads,
under slabs -on -grade and
scarified existing
subgrade under fill material
Outside structures next
to walls, piers, columns
and any other structure
exterior member
3. Specific areas:
LOCATION
Outside structuresunder
equipment support foundations
COMPACTION DENSITY
------------------
95 percent, ASTM D1557
90 percent, ASTM D1557
COMPACTION DENSITY
------------------
95 percent, ASTM D1557
EXCAVATION, FILLING, AND BACKFILLING FOR, STRUCTURES
General:
1. In general, work includes, but is not necessarily
limited to, excavation for structures and retaining
walls, removal of underground obstructions and
undesirable material, backfilling, filling, and fill,.
backfill, and subgrade compaction.
2. Obtain fill and backfill material necessary to produce
grades required. Materials and source to be approved
by Engineer. Excavated material approved by Engineer
may also be used for fill and backfill.
3. In this Section of the Specifications, the word
"foundations" includes footings, base slabs,
foundation walls, mat foundations, grade beams, piers
City of Lubbock, Municipal Water Treatment - Contract 4
02200-5
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
7
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
02200-6
and any other support placed directly on soil.
4. In the paragraphs of this Section of the
Specifications, the word "soil" also includes any type
of rock subgrade that may be present at or below
existing subgrade levels.
B. Excavation Requirements for Structures: -
1. General. Do not commence excavation for foundations
for structures until:
a. Engineer approves:
1) The removal of topsoil and other unsuitable
and undesirable material from existing'
subgrade.
2) Density and moisture content of site area
compacted fill material meets requirements of
specifications.
b. Engineer grants approval to begin excavations.
2. Dimensions:
a. Excavate to elevations and dimensions indicated or.
specified.
b. Allow additional space as required for
construction operations and inspection of
foundations.
3. Removal of obstructions and undesirable materials in
excavation includes, but is not necessarily limited
to, removal of old foundations, existing construction,
unsuitable subgrade soils, expansive type soils, and
any other materials which may be concealed beneath'
present grade, as required to execute work indicated
on Contract Drawings. If undesirable material and
obstructions are encountered during excavation, remove
material and replace as directed by Engineer.
4. Level off bottoms of excavations to receive
foundations, floor slabs, equipmentsupport pads, or
compacted fill. Remove loose materials and bring
excavations into approved condition to receive
concrete or fill material. Where compacted fill
material must be placed to bring subgrade elevation up
to underside of construction, scarify existing
subgrade upon which fill material is to be placed to a
depth of 6 IN and then compact to density stated.in
this Section of Specifications before fill material
can be placed thereon. Do not carry excavations lower.
than shown for foundations except as directed by
Engineer. If any part of excavations is carried below
required depth without authorization, maintain`
excavation and start foundation from excavated level
with concrete of same strength as required for,.
superimposed foundation, and no extra compensation
will be made to Contractor therefor.
5. Make excavations large enough for working space,
forms, dampproofing, waterproofing, and inspection,
6. Notify Engineer as soon as excavation is completed in
City of Lubbock, Municipal Water Treatment'- Contract 4
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
r
02200-7
01
order that subgrades may be inspected. Do not
01
02
commence further construction until subgrade under
02
03
compacted fill material, under foundations, under
03
04
floor slabs -on -grade, under equipment support pads,
04
05
and under retaining wall footings has been A nspected
05
06
and approved by 'the Engineer as being fr'eof
06
07
undesirable material,,being of compactio density
07
08
required by this 'spec ification, and bein capable of
08
09
supporting the allowable foundation design bearing
09
10
pressures and superimposed foundation, �ilj, and
10
11
buildinglloads to be placed thereon. Ehineer shall
11
12
be given the'opportunity to inspect subgrade below
12
13
fill material both ',prior to and after subgrade
13
14
compaction.
14
15
a. Place fill material, foundations, reaining wall
15
16
footings, floor slabs -on -grade, and equipment
16
17
18
support pads as soon as weather conditions permit
17
after excavation is completed, inspe'lt d, and
18
19
approved and after forms and'reinfor ing are
19
20
inspected and approved. Before conc�,ete or fill
20
21
material is placed, protect approved sbgrade from
21
22
becoming loose, wet, frozen, or soft due to
22
23
weather, construction operations, or,other
23
24
reasons.
24
25
7. Dewatering. Where groundwater is. or is,eXpected to be
25
26
encountered during excavation, install a';dewatering
26
27
system to prevent softening and disturbacg_of
27
28
subgrade below foundations and fill material, to allow
28
29
foundations and fill material to be plac dl'in the dry,
29
30
and to maintain a stable excavation sidelslope.
30
31
Groundwater shall be maintained at least;3'FT below
31
32
the bottom of any excavation. Review soils
32
33
investigation before beginning excavation and
33
34
determine where groundwater is likely tolbe
34
35
encountered during excavation. Employ dewatering
35
36
specialist for selecting and operating dewatering
36
37
system. Keep dewatering system in operation until
37
38
dead load of structure exceeds possible buoyant uplift
38
39
force on structure. Dispose of groundwater to an area
39
40
which will not interfere with construction operations
40
41
or damage existing construction. Install' groundwater
41
42
monitoring wells as necessary. Shut off dewatering
42
43
system at such a rate to prevent a quick upsurge of
43
44
water that might weaken the subgrade. i
44
45
8. Subgrade stabilization. If subgrade under!
45
46
foundations, fill material, floor slabs-anrtgrade, or
46
47
equipment support pads is in a frozen, loose, wet, or
47
48
soft condition before construction is placed thereon,
48
49
remove frozen, loose, wet, or soft material and
49
50
replace with approved compacted material'as directed
50
51
by Engineer. Provide compaction density 'of
51
52
replacement material as stated in this specification
52
53
section. Loose, wet, or soft materials,'when approved
53
x; City of Lubbock, Municipal Water Treatmentj— Contract 4
P
02200-8'
01
by Engineer, may be stabilized by a compacted working
01
02
mat of well graded crushed stone. Compact stone mat
02
03
thoroughly into subgrade to avoid future migration of
03
04
fines into the stone voids. Remove and replace frozen
04
05
materials as directed by!Engineer. Method of
05 --
06
stabilization shallibe performed'as directed by
06
07
Engineer. Do not place further construction on the
07
08
repaired subgrades, untilAhe°subgrades have been
08
09
approved by the Engineer.
09
10
9.
Do not place floor slabs -on -grade including equipment
10
11
support pads until subgrade below has been approved,
11
12
piping' has been tested and approved, reinforcement
12
13
placement has been approved, and Contractor receives
13
14
approval to commence slab construction. Do not place
14
15
building floor slabs -on -grade including equipment
15
16
support pads when temperature of air surrounding the
16
17
slab and pads is or is expected to be below 40 DegF
17
18
before structure is completed and heated to a
18
19
temperature of at least 50 DegF.
19
20
10.
Protection of structures. Prevent new and existing
20
21
structures from becoming damaged due to construction
21
22
operations or other reasons. Prevent subgrade under.
22
23
new and existing foundations from becoming wet and
23
24
undermined during construction due to presence of
24
25
surface or subsurface water or due to construction
25
26
operations.
26
27
11.
Shoring. Shore, sheet pile, slope, or brace
27
28
excavations as required to prevent them from
28
29
collapsing. Remove shoring as backfilling progresses
29
30
but only when banks are stable and safe from caving or
30
31
collapse.
31
32
12.
Drainage. Control grading around structures so that
32
33
ground is pitched to prevent water from running into
33 --
34
excavated areas or damaging structures.' Maintain
34
35
excavations' where foundations, floor slabs, equipment
35
36
support pads or fill material are to be placed free of
36 _.
37
water. Provide pumping required to keep excavated
37
38
spaces clear of water during -construction. Should any
38
39
water be encountered in the excavation, notify
39
40
Engineer. Provide free discharge of water by
40
41
trenches, pumps, wells, well points, or other means as
41
42
necessary and drain to point of disposal that will not
42
43
damage existing or new construction or interfere with
43 _
44
construction operations.
44
45
13.
Frost protection. Do not place foundations,
45
46
slabs -on -grade, equipment support pads, or fill
46
47
material on frozen ground. When freezing temperatures
47 -'
48
may be expected, do,not excavate to full depth
48
49
indicated, unless foundations, floor slabs, equipment
49
50
support pads, or fill material can be placed
50
51
immediately after excavation has been completed and
51
52
approved. Protect excavation from frost if placing of
52
53
concrete or fill is delayed.
53
City of Lubbock, Municipal Water Treatment - Contract 4
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
F
022004
a. Where a concrete slab is a base slab=on-grade -
01
located under and within a structure that will not
02
be heated, protect subgrade under the slab from
03
becoming frozen until final acceptance of the
04
Project by the -Owner.
05
b. Protect subgrade under foundations of a structure
06
from becoming frozen until structure is completed
07
and heated to a temperature of at least 50 DegF.
08
09
C. Fill and Backfill Inside of Structure and Below
10
Foundations, Base Slabs, Floor Slabs, Equipment Support
11
Pads and Piping:
12
1. General: Subgrade to receive fill or backfill shall
13
be free of undesirable material as determined by
14
Engineer and scarified to a depth of 6 IN and
15
compacted to density specified herein. Surface may be
16
stepped by at not more than 12 IN per step or may be
17
sloped at not more than 2 percent. Do not place any
18
fill or backfill material until subgrade under fill or
19
backfill has been inspected and approved by Engineer
20
as being free of undesirable material and compacted to
21
specified density.
22
2. Obtain approval of fill and backfill material and
23
source from Engineer prior to placing the material.
24
3. Fill and backfill placement: Prior to placing fill-
25
and backfill material, optimum moisture and maximum-
26
density properties for proposed material shall be
27
obtained from.Engineer. Place fill and backfill
28
material in thin lifts as necessary to obtain required
29
compaction density. Compact material by means of
30
equipment of sufficient size and proper type to obtain
31
specified density. Use hand operated equipment for
32
filling and backfilling next to walls. Do not place
33
fill and backfill when the temperature is less than 40
34
DegF and when subgrade to receive fill and backfill
35
material is frozen, wet, 'loose, or soft. Use
36
vibratory equipment to compact granular material; do"
37
not use water.
38
4. Where fill material is required below foundations,
39
place fill material, conforming to the required
40
density and moisture content, outside the exterior
41
limits of foundations located around perimeter of
42
structure the following horizontal distance whichever
43
is greater:
44
a. As required to provide fill material to indicated
45
finished grade.
46
b. 5 FT.
47
c. Distance equal to depth of compacted fill below
48
bottom of foundations.
49
d. As directed by Engineer.
50
51
D. Filling and Backfilling Outside of Structures. This
52
paragraph of these specifications apply to fill and
53
City of Lubbock, Municipal Water Treatment -Contract 4
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
02200-10
backfill placed outside of structures above bottom level
of both foundations and piping but not under paving.
Provide material as approved by. Engineer for filling.and
backfilling outside of structures.
1. Fill and backfill placement: Prior to placing fill
and backfill material, obtain optimum moisture and
maximum density properties for proposed material from
Engineer. Place fill and backfill material in thin
lifts as necessary to obtain required compaction
density. Compact material with equipment of proper
type and size to obtain density specified. Use only
hand operated equipment for filling and backfilling
next to walls and retaining walls. Do not place fill
or backfill material when temperature is less than 40
DegF and when subgrade to receive material is frozen,
wet, loose, or soft. Use vibratory equipment for
compacting granular material do not use water.
2. Backfilling against walls:
a. Do not backfill around any part of structures
until each part has reached.specified 28-day,
compressive strength and backfill material has
been approved. Do not start backfilling until
concrete forms have been removed, trash removed
from excavations, pointing of masonry work,
concrete finishing, dampproofing and.waterproofing
have been completed.
b. Do not place fills against walls until floor slabs
at top, bottom, and at intermediate levels of
walls are in place and have reached 280day
required compressive strength to prevent wall
movement.
c. Bring backfill and fill up uniformly around the
structures and individual walls, piers, or
columns.
E. Backfilling Outside of Structures Under Piping or Paving:
When backfilling outside of structures requires placing
backfill material under piping or paving, the material
shall be placed from bottom of excavation to underside of
piping or paving at the density required for fill under
piping or paving as indicated in this Section. This
compacted material shall extend transversely.to:the
centerline of piping or paving a horizontal distance each
side of the exterior edges of piping or paving equal to
the depth of backfill measured from bottom of excavation
to underside of piping or paving. Provide special
compacted bedding or compacted subgrade material under
piping or paving as required by other sections of these
Specifications.
3.07 SPECIAL REQUIREMENTS
A. Erosion Control: Conduct work to minimize erosion of
City ofLubbock, Municipal Water Treatment .Contract'4 `:
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28'
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
ell
1
4
02200-11
O1
site.
Construct stilling areas to settle and detain
01
02
eroded
material. Remove eroded material washed off site.
02
03
Clean
streets daily of any spillage of dirt, rocks or
03
04
debris
from equipment entering or leaving site.
04
05
05
06
END OF SECTION
06
City of Lubbock, Municipal Water Treatment - Contract 4
(THIS PAGE LEFT BLANK INTENTIONALLY)
7
02221-1
01
91H01
SECTION 02221
01
02
02
03
TRENCHING, BACKFILLING, AND COMPACTING FOR UTILITIES
03
04
04
05
05
06
PART 1
- GENERAL
06
07
07
08
1.01
SUMMARY
08
09
09
10
A.
Section Includes:
10
11
1. Excavation, trenching, backfilling and compacting for all
11
12
underground utilities.
12
13
2. Water piping (potable, plant, process and non -potable).
13
14
3. Surface drainage conduits and piping.
14
15
15
16
B.
Related Sections include but are not necessarily limited to:
16
17
1. Division 0 - Bidding Requirements, Contract Forms, and
17
18
Conditions of the Contract.
18
19
2. Division 1 - General Requirements.
19
20
3. Section 02200 - Earthwork.
20
21
21
22
1.02
QUALITY ASSURANCE
22
23
-
23
24
A.
Referenced Standards:
24
25
1. American Society for Testing and Materials (ASTM):
25
26
a. C33, Concrete Aggregates.
26
27
b. D698, The Moisture -Density Relations of Soils Using a
27
28
5.5 LB Rammer and a 12 IN Drop. D698 is "Standard
28
29
Proctor."
29
30
c. D1557, The Moisture -Density Relation of Soils Using a
30
31
10 LB Rammer and an 18 IN Drop. D1557 is "Modified
31
32
Proctor."
32
33
d. 04253, Maximum Index Density of Soils Using a
33
34
Vibratory Table.
34
35
e. D4254, Minimum Index Density of Soils and Calculation
35
36
of Relative Density. _
36
37
37
38
38
39
B.
Qualifications:
39
40
1. Hire an independent soilslaboratory to conduct in -place
40
41
moisture -density tests for backfilling to assure that all
41
42
work complies with this Specification.
42
43
43
44
1.03
DEFINITIONS
44
45
45
46
A.
Excavation:
46
47
1. All excavation will be defined as unclassified.
47
48
48
49
1.04
SUBMITTALS
49
50
50
51
A.
See Section 01340.
51
52
52
53
B.
Submit test reports and fully document each with specific
53
City of Lubbock, Municipal Water Treatment - Contract 4
02221-2,-
01
location or stationing information, date, and other pertinent
02
information.
03
.
04
C.
Submit respective pipe or conduit manufacturer's data
05
regarding methods of installation and general
06
recommendations.
07
08
D.
Submit sieve analysis reports on all granular materials.
09
10
1.05
PROJECT CONDITIONS
11
_
12
A.
Avoid overloading or surcharge a sufficient distance back
13
from edge of excavation to prevent slides or caving.
14
Maintain and trim excavated materials in such manner to be as
15
little inconvenience as possible to public and adjoining
16
property owners.
11
18
B.
Provide full access to public and private premises and fire:
19
hydrants, at street crossings, sidewalks and other points as
20
designated by Owner to prevent serious interruption of
21
travel.
22
23 C. Protect and maintain bench marks, monuments or other
24 established points and reference points and if disturbed or
25 destroyed, replace items to full satisfaction of Owner and
26 controlling agency.
27
28 D. Verify location of existing underground utilities.
29
30
31 PART 2 - PRODUCTS
32
33 2.01 MATERIALS
34
35 A. Backfill Material:
36 1. As approved by Engineer.
37 a. Free of rock cobbles, roots, sod or other organic
38 matter, and frozen material.
39 b. Moisture content at time of placement: 3 percent
40 plus/minus of optimum moisture content as:specified
41 in accordance with ASTM D1557.
42
43 B. Embedment Materials:
44 1. As approved by the Engineer.
45 2. Granular bedding materials:
46 a. ASTM C33, gradation 67 (3/4 IN to No. 4 sieve)
47 defined below:
48
49 Sieve Size 1 IN 3/4 IN 3/8 IN No.4 No.20
50 Percent Passing 100 90-100 20-55 0-10 0
51 by Weight
52 1) Well graded gravel.
53 2) Well graded crushed gravel.
City of Lubbock, Municipal Water -Treatment - Contract 4
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
O1
02
03
04
05
r 06
07
08
09
to
11
12
13
14
15
s- 16
17
18
19
20
21
22
23
24
25
26
t` 27
ll 28
29
r- 30
31
32
33
34
35
36
r 37
38
39
40
41
42
43
r 44
!� 45
46
47
f 48
49
50
r 51
52
53
r
9
02.221-3
3) Well graded crushed stone.
01
02
03
PART 3 - EXECUTION
04
05
3.01 GENERAL
06
07
A. Remove and dispose of unsuitable materials as directed by
08
Engineer to site provided by Contractor.
09
10
3.02 EXCAVATION
11
12
A. Unclassified Excavation:
13
1. Remove rock excavation, clay, silt, gravel, hard pan,
14
loose shale, and loose stone as directed by Engineer.
15
16
B. Excavation for Appurtenances:
17
1. 12 IN (minimum) clear distance between outer surface and
18
embankment.
19
2. See Section 02200 for applicable requirements.
20
21
C. Trench Excavation:
22
1. Excavate trenches by open cut methodtodepth shown on
23
Drawings and necessary to accommodate work.
24
a. Tunnel work for crossing under.:crosswalks, driveways
25
or existing utility lines with permission.
26
1) Limit tunnels to 10 FT in 'length.
27
2. Open trench outside buildings, units, and structures:
28
a. No more than the distancebetween two manholes,
29
structures, units, or 600 LF, whichever is less.
30
b. Field adjust limitations as weather conditions
31
dictate.
32
3. Trenching within buildings, units, or structures:
33
a. No more than 100 LF at any one time.
34
4. Any trench or portion of trench, which is opened and
35
remains idle for seven calendar days, or longer, as _
36
determined by the Owner, may be directed to be
37
immediately refilled, without completion of work, at no
38
additional cost to Owner. Said trench may not be
39
reopened until Owner is satisfied that work associated
40
with trench will be prosecuted with dispatch.
41
5. Observe following trenching criteria:
42
a. Trench size.
43
1) Excavate width to accommodate free working space.
44
2) Maximum trench width at top of pipe or conduit
45
may not exceed outside diameter of utility
46
service by more than the following dimensions:
47
48
OVERALL DIAMETER
49
OF UTILITY SERVICE EXCESS DIMENSION
50
----------------------------------
51
33 IN and less 18 IN
52
more than 33 IN 24 IN
53
City of Lubbock, Municipal Water Treatment - Contract 4
r
02221-4:
O1
02
03
04
05
06
07
08 3.03
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
A.
3) Cut trench walls vertically from bottom of trench
to 1 FT above top of pipe, conduit, or utility
service.
4) Keep trenches free of water. Include cost of
dewatering in original proposal.
PREPARATION OF FOUNDATION FOR PIPE LAYING
Over -Excavation:
1. Backfill and compact to 90 percent of maximum dry density
per ASTM 0698..
2. Backfill with granular bedding material as option.'..
Rock Excavation:
1. Excavate minimum of 6 IN below bottom exterior surface of
the pipe or conduit.
2. Backfill to grade with suitable.earth or granular
material.
3. Form bell holes in trench bottom.
C. Subgrade Stabilization:
1. Stabilize the subgrade when directed by the Owner.
2. Observe the following requirements when unstable trench
bottom materials are encountered:
a. Notify Owner when unstable materials are.encountered.
1) Define by drawing station locations and limits.
b. Remove unstable trench bottom caused by Contractor
failure to dewater, rainfall, or Contractor
operations.
1) Replace with suitable granular material with no
additional compensation.
34 3.04 BACKFILLING METHODS
35
36 A. Do not backfill until tests to be performed on -system show
37 system is in full compliance to specified requirements.
38
39 B. Carefully compacted backfill:
40 1. Furnish where indicated on drawings, specified for trench
41 embedment conditions and for compacted backfill
42 conditions up to 12 IN above top of pipe or conduit.
43 2. Comply with the following:
44 a. Place backfill in lifts not exceeding 8 IN (loose
45 thickness).
46 b. Hand place, shovel slice, and pneumatically tamp all
47 carefully compacted backfill.
48 c. Observe specific manufacturer's recommendations
49 regarding backfilling and compaction.
50 d. Compact each lift to specified requirements.
51
52 C. Common Trench Backfill:
53 1. Perform in accordance with the following:
City of Lubbock, Municipal'Water Treatment - Contract 4
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48.
49
50
51
52
53
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
a. Place backfill in lift thicknesses capable of being
compacted to densities specified.
b. Observe specific manufacturer's recommendations
regarding backfilling and compaction.
c. Avoid displacing joints and appurtenances or causing
any horizontal or vertical misalignment, separation,
or distortion.
D. Water flushing for consolidation is not permitted.
3.05 COMPACTION
A. General:
1. Place and assure backfill and fill materials to achieve
an equal or "higher" degree of compaction than
undisturbed materials adjacent to the work.
2. In no case shall degree of compaction below "Minimum
Compaction" specified be accepted.
B. Compaction Requirements: Unless noted otherwise on Drawings
or more stringently by other sections of these
Specifications, comply with following trench compaction
criteria:
1. Carefully compacted backfill:
LOCATION
All applicable
areas
MINIMUM COMPACTIONS
-------------------
SOIL TYPE
Cohesive soils
Cohesionless soils
2. Common trench backfill:
Under pavements
roadways surfaces,
within highway
right-of-ways
Under turfed,
sodded, plant
seeded, non -
traffic areas
Cohesive soils
Cohesionless soils
Cohesive soils
DENSITY
95 percent of
max dry density
by ASTM D698
75 percent of
max relative
density by ASTM
D4253 and D4254
95 percent of
max dry density
by ASTM D698
75 percent of
relative density
by ASTM 04253
and D4254
90 percent of
max dry density
by ASTM D698
City of Lubbock, Municipal Water Treatment - Contract 4
02221-5
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
7
02221-6
_
O1
Cohesionless soils 60 percent of
01
02
;.
relative density
02
03
-
by ASTM D4253
03
04
.
and D4254
04
05
.
05 _
06
A.06 FIELD QUALITY CONTROL
06
07
07
08
A. Testing:
08
09
1.
Perform in -place moisture -density tests as directed by
09 "
10
the Owner.
10
11
2.
Perform tests through recognized testing laboratory
11
12
approved by Owner.
12
13
3.
Costs of "Passing" tests paid by Owner.
13
14
4.
Perform additional tests as directed until compaction
14
15
meets or exceeds requirements.
15
16
5.
Cost associated with "Failing" tests shall be paid by
16
17
Contractor.
17
18
6.
Reference to Engineer in this section will imply Soils '
18
19
-
Engineer when employed by Owner and directed by Engineer
19
20
to undertake necessary inspections as approvals as
20
21
necessary.
21
22
7.
Assure Owner has immediate access for testing of all
22
23
soils related work.
23
24
8.
Ensure excavations are safe for.testing personnel..
24
25
25
26
END OF SECTION.
26
City ofLubbock, Municipal Water Treatment - Contract
I
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
r0*
02444-1
89E4
PART 1 - GENERAL
1.01 SUMMARY
SECTION 02444
CHAIN LINK FENCE AND GATES
A. Section Includes:
1. Chain link fencing and gates.
B. Related Sections include but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms, and
Conditions of the Contract.
2. Division 1 - General Requirements.
3. Section 03002 - Concrete.
1.02 QUALITY ASSURANCE
A. Referenced Standards:
1. American Society for Testing and Materials (ASTM):
a. A90, Standard Test for Weight of Coating on
Zinc -Coated (Galvanized) Iron or Steel Articles.
b. A121, Standard Specifications for Zinc -Coated
(Galvanized) Steel Barbed Wire.
c. A123, Standard Specifications for Zinc (Hot -Dip
Galvanized) Coatings on Iron and Steel Products.
d. A153, Standard Specifications for Zinc Coating
(Hot -Dip) on Iron and Steel Hardware.
e. A569, Standard Specifications for Steel Carbon
(0.15 Maximum, Percent), Hot -Rolled Sheet and Strip,
Commercial Quality.
f. A570, Standard Specifications for Hot -Rolled Sheet and
Strip, Carbon, Hot -Rolled, Structural Quality.
g. A817, Standard Specifications for Metallic -Coated
Steel Wire for Chain Fence Fabric.
h. A824, Metallic -Coated Steel Marcelled Tension Wire.
i. F567, Standard Practice for Installation of Chain
Link Fence.
J. F626, Standard Specifications for Fence Fittings.
k. F669, Standard Specifications for Strength
Requirements of Metal Posts and Rails for
Industrial Chain Link Fence.
1. F900, Industrial and Commercial Swing Gates.
m. F1083, Standard Specification for Pipe, Steel,
Hot -Dipped Zinc -Coated (Galvanized) Welded, for
Fence Structures.
2. Chain Link Manufacturer's Institute for "Galvanized Steel
Chain Link Fence Fabric and Accessories."
3. National Fire Protection Association (NFPA):
a. 70, National Electrical Code (NEC).
City of Lubbock, Municipal Water Treatment - Contract 4
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
r
f
02444-2
01 B.
02
03 ,
04
05
06
07
08
09 1.03
10
11 A.
12
13
14
15 B.
16
17
18
19 1.04
20
21 A.
22
23
24
25
26
27
28
29
30
Qualifications:
1. Installer bonded and licensed in the Project state.
2. Installer shall have a minimum 2 years experience
installing similar fencing.
3. Utilize only AWS certified welders.
4. Electric gate operators to be UL listed.
5. Grounding by a electrician licensed in Project state.
DEFINITIONS
Knuckling: The type of selvage obtained by interlocking
adjacent pairs of wire ends and then bending the wire ends
back into a loop,
Twisting: The type of selvage obtained by twisting adjacent
pairs of wire ends together in a close helix of 1-1/2 machine
turns.
SUBMITTALS
Shop Drawings:
1. Product technical data including:
a. Acknowledgement that products submitted meet
requirements of standards referenced.
b. Manufacturer's installation instructions.
2. Scaled plan layout showing spacing of components,
accessories, fittings, and post anchorage.
3. Mill certificates.
4. Source quality control test results.
31
32 PART 2 - PRODUCTS
33
34 2.01 ACCEPTABLE MANUFACTURERS
35
36 A. Subject to compliance with the Contract Documents, the
37 following Manufacturers are acceptable:
38 1. Fence systems:
39 a. Cyclone.
40 b. Page -Wilson Corporation (Page Fence Division).
41 c. Anchor Fence; Inc.'
42 d. Or approved equal.
43
44 B. Submit requests for substitution in accordance with
45 Specification Section 01640.
46
47 2.02 COMPONENTS
48
49 A. Chain Link Fabric:
50 1. Fabric type:
51 a. ASTM A817 steel:
52 1) Zinc coated, 2.00 OZ/SF.
53 2. Wire gage: 9.
City of Lubbock, Municipal Water•Treatment - Contract 4
01
02
03 `
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
3. Mesh size: 2 IN.
4. Selvage treatment:
a. Top: Knuckled.
b. Bottom: Twisted and barbed.
B. Fittings: ASTM F626.
C. Concrete: See Section 03308.
D. Line Post:
1. ASTM F1083 pipe:
a. Schedule 40, NPS 2.
2. ASTM A569 pipe:
a. NPS 2, 3.12 LB/FT.
b. Hot -dip galvanized, ASTM B6 zinc, 1.0 OZ.SF per
ASTM A90.
c. Chromate coating over zonc, 30 micrograms/square
inch.
d. Polyurethane acrylic coating over chromate, 0.5
mils thick.
3. ASTM A570 C-section:
a. 1.875 x 1.625 IN, 2.28 LB/IN
b. Galvanized per ASTM A123.
E. Corner or Terminal Posts:
1. ASTM F1083 pipe:
a. Schedule 40, NPS 2-1/2.
2. ASTM A569 pipe:
a. NPS 2-1/2, 4.64 L'B.FT.
b. Zinc -coated, 1.0 OZ/SF, per ASTM A90.
c. Chromate coating over zinc, 30 micrograms/square
inch.
d. Polyurethane acrylic coating over chromate, 0.5
mils thick.
F. Brace and Rails:
1. ASTM F1083 pipe:
a. Schedule 40, NPS 1-1/4.
2. ASTM A569pipe:
a. NPS 1-1/4, 1.84 LB/FT.
b. Hot -dip galvanized, ASTM B6 zinc, 1.0 OZ/SF per
ASTM A90.
c. Chromate coating over zinc, 30 micrograms/square
inch.
d. Polyurethane coating over chromate, 0.5 mils
thick.
3. ASTM A570 C-section.
a. 1.625 x 1.250 IN, 1.35 LB/FT.
b. Galvanized per ASTN A123.
4. Furnish top rails.
G. Tension Wire:
1. Top and bottom of fabric:
City of Lubbock, Municipal Water Treatment - Contract 4
02444-3
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
r
i
t
02444-4
O1 a. ASTM A824, galvanized steel, Class 3.
02
03 H. Fence Fittings:
04 1. ASTM F626.
05
06 I. Swing Gate:
07 1. ASTM F900.
08 2. Materials as specified for fence framework and fabric.
09 3. Hardware:
10 a. Galvanized per ASTM A153.
11 b. Hinges to permit 180-degree inward gate opening.
12 c. Provide heavy duty brass padlock with two keys.
13
14 J. Barbed Wire:
15 1. Three strands.
16 2. Galvanized steel:
17 a. ASTM A121.
18 b. Class 3.
19 c. Four -point barbs.
20
21 K. Barbed Wire Extension Arms:
22 1. ASTM F626.
23 2. Accommodate three -strand barded wire.
24 3. Extend at a 45-degree angle outside of the fence line.
25 4. Include corner posts.
26
27 2.03 SOURCE QUALITY CONTROL
28
29 A. Test related fence construction materials tomeetthe
30 following standards
31 1. Posts and rails:
32 a. "Performance Criteria for Future Products IV" of
33 ASTM F669, light industrial for 7 FT height or
34 less.
35
36
37 PART 3 - EXECUTION
38
39 3.01 INSTALLATION
40
41 A. Install in accordance with:
42 1. Manufacturer's instructions.
43 2. Lines and grades shown on Drawings.
44 3. In accordance with ASTM F567.
45
46 B. Do not start fence installation before final grading is
47 complete and finish elevations are established.
48
49 C. Drill holes in firm, undisturbed or compacted soil.
50
51 D. Set all posts in concrete footings with crowned, steel
52 troweled tops of following minimum dimensions:
53 1. Line posts: 10 IN DIA, 36 IN concrete encasement.
City of Lubbock, Municipal Water.Treatment - Contract 4
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
r
02444-5
01
2. All other posts up to 6 IN DIA: 12 IN DIA, 36 IN cover.
01
02
3. Posts over 6 IN diameter: 18 IN DIA by 48 IN concrete
02
03
encasement.
03
04
04
05
E.
Place fence with bottom edge of fabric 1 IN above grade.
05
06
Correct minor irregularities in earth to maintain maximum 2
06
07
IN clearance.
07
08
08
09
F.
Space line posts at equal intervals not exceeding 10 FT OC.
09
10
10
11
G.
Provide post braces for each gate corner pull and terminal
11
12
post and first adjacent line post.
12
13
13
14
H.
Install tension bars full height of fabric.
14
15
15
16
I.
Rails: Fit rails with expansion couplings of outside sleeve
16
17
type.
17
18
1. Rails continuous for outside sleeve type for full length
18
19
of fence.
19
20
20
21
J.
Provide expansion couplings in top rails at not more than 20
21
22
FT intervals.
22
23
23
24
K.
Anchor top rails to main posts with appropriate wrought or
24
25
malleable fittings.
25
26
26
27
L.
Install bracing assemblies at all end and gate posts, as well
27
28
as side, corner, and pull posts.
28
29
1. Locate compression members at mid -height of fabric.
29
30
2. Extend diagonal tension members from compression members
30
31
to bases of posts.
31
32
3. Install so that posts are plumb when under correct
32
33
tension.
33
34
34
35
M.
Pull fabric taut and secure to posts and rails.
35
36
1. Secure so that fabric remains in tension after pulling
36
37
force is released.
37
38
2. Secure to posts at not over 15 IN on center, and to rails
38
39
at not over 24 IN on center, and to tension wire at not
39
40
over 24 IN on center.
40
41
3. Use U-shaped wire conforming to diameter of pipe to which
41
42
attached, clasping pipe and fabric firmly with ends
42
43
twisted at least 2 full turns.
43
44
4. Bend ends of wire to minimize hazards to persons or
44
45
clothing.
45
46
46
47
N.
Install post top at each post.
47
48
48
49
0.
Gates:
49
50
1. Construct with fittings or by welding.
50
51
2. Provide rigid, weatherproof joints.
51
52
3. Assure right, non -sagging, non -twisting gate.
52
53
4. Coat welds with rust preventive paint, color to match
53
City of Lubbock, Municipal Water Treatment Contract 4
02444-6
City of Lubbock, Municipal Water, Treatment - Contract 4
7,
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
91F13
PART 1 - GENERAL
1.01 SUMMARY
SECTION 03108
FORMWORK
A. Section Includes:
1. Formwork requirements for concrete construction.
B. Related Sections include but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms, and
Conditions of the Contract.
2. Division 1 - General Requirements.
3. Section 03311 - Concrete Mixing, Placing, Jointing, and
Curing.
1.02 QUALITY ASSURANCE
A. Referenced Standards:
1. American Concrete Institute (ACI):
a. 347, Recommended Practice for Concrete Formwork.
2. Uniform Building Code (UBC) 1988.
B. Qualifications:
1. Formwork, shoring and reshoring to be designed by a
professional structural engineer currently registered in
the state where the Project is located and having a
minimum of 3 years' experience in this type of design
work.
C. Miscellaneous:
1. Design and engineering of formwork, shoring and reshoring
as well as its construction is the responsibility of the
Contractor.
1.03 DEFINITIONS
A. Design Requirements:
1. Design formwork for loads, lateral pressures and
allowable stresses outlined in ACI 347 and for design
considerations, including wind loads, allowable stresses
and other applicable requirements of the controlling
local building code. Where conflicts occur between the
above two standards, the more stringent requirements
shall govern.
2. Design formwork to limit maximum deflection of form
facing materials reflected in concrete surfaces exposed
to view to 1/240 of span between structural members.
1.04 SUBMITTALS
City of Lubbock, Municipal Water Treatment - Contract 4
03108-1
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
03108-2
A. Shop Drawings:
1. Product technical data including:
a. Acknowledgement that products submitted meet
requirements of standards referenced
b. Manufacturer's installation instructions.
c. Manufacturer and type of proposed form materials.
d. Manufacturer and type of proposed form ties.
e. Manufacturer and type of proposed form coating
material.
f. Manufacturer and type of void forms including
compressive strength.
2. Formwork designer qualifications.
3. Fabrication drawings including form tie location, and
location, layout and jointing of face panels.
B. Samples:
1. Samples of special form finishes.
PART 2 - PRODUCTS
2.01 ACCEPTABLE MANUFACTURERS
A. Subject to compliance with the Contract Documents, the
following Manufacturers are acceptable:
1. Metal forms:
a. Simplex, "Industrial Steel Frame Forms."
b. Symmons, "Steel Ply.
c. Universal, "Uni-form."
d. Approved equal.
B. Submit requests for substitution in accordance with
Specification Section 01640.
2.02 MATERIALS
A. Forms for Surfaces Exposed to View:
1. Wood forms:
a. New 5/8 or 3/4 IN 5-ply structural plywood of
concrete form grade.
b. Built -in -place or prefabricated type panel.
c. 4 x 8 FT sheets for built -in -place type except 'where
smaller pieces will cover entire area.
d. When approved, plywood may be reused.
2. Metal forms:
a. Metal forms excluding aluminum may be used.
b. Forms to be tight to prevent leakage, free of rust
and straight without dents to provide members of
uniform thickness.
B. Forms for Surfaces Not Exposed to View:
1. Wood or metal sufficiently tight to prevent leakage. Do
City of Lubbock, Municipal Water Treatment - Contract 4
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
r
E
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
not use aluminum forms.
2.03 ACCESSORIES
A. Form Ties:
1. Commercially fabricated for use in form construction. Do
not use wire ties.
2. Constructed so that ends or end fasteners can be removed
without causing spalling at surfaces of the concrete.
3. 3/4 IN minimum to 1 IN maximum diameter cones on both
ends.
4. Embedded portion of ties to be not less than 1-1/2 IN
from face of concrete after ends have been removed.
5. Provided ties with built-in waterstops in all walls that
will be in contact with process liquid during treatment
plant operation.
PART 3 - EXECUTION
3.01 PREPARATION
A. Form Surface Treatment:
1. Before placing of either reinforcing steel or concrete,
cover surfaces of forms with an approved coating material
that will effectively prevent absorption of moisture and
prevent bond with concrete, will not stain concrete or
prevent bonding of future finishes. A field applied form
release agent or sealer of approved type or a factory
applied nonabsorptive liner may be used.
2. If form oil is used, provide form oil which will not be
toxic after 30 days after application.
3. Do not allow excess form coating material to stand in
puddles in forms nor in contact with hardened concrete
against which fresh concrete is to be placed.
B. Provide temporary openings at base of column and wall forms
and at other points where necessary to facilitate cleaning
and observation immediately before concrete is placed, and to
limit height of free fall ofconcrete to prevent aggregate
segregation. Temporary openings to limit height of free fall
of concrete shall be spaced no more than 8 FT apart.
C. Clean surfaces of forms, reinforcing steel and other embedded
materials of any accumulated mortar or grout from previous
concreting and of all other foreign material before concrete
is placed.
3.02 ERECTION
A. Install products in accordance with manufacturer's
instructions.
City of Lubbock, Municipal Water Treatment - Contract 4
03108-3
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
03108=4�
01
B. Tolerances:
01
02
1.
Variation from plumb:
02 —
03
a. In lines and surfaces of columns, piers, walls, and
03
04
in risers.
04
05
1) Maximum in any 10 FT of height: 1/4 IN.
05 —
06
2) Maximum for entire height: 1/2 IN.
06
07
b. For exposed corner columns, control -joint grooves,
07
08
and other exposed to view lines:
08
09
1) Maximum in any 20 FT length: 1/4 IN.
09
10
2) Maximum for entire length: 1/2 IN.
10
11
2.
Variation from level or from grades specified:
11
12
a. -In slab soffits, ceilings, beam soffits and in
12 —
13
arises, measured before removal of supporting shores.
13
14
1) Maximum in any 10 FT of length: 1/4 IN.
14
15
2) Maximum in any bay or in any 20 FT length:
15
16
3/8 IN.
16
17
3) Maximum for entire length: 1/2 IN.
17
18
b. In exposed lintels, sills, parapets, horizontal
18
19
grooves, and other exposed to view lines:
19
20
1) Maximum in any bay or in 20 FT length: 1/4 IN.
20
21
2) Maximum for entire length: 1/2 IN.
21
22
3.
Variation of linear structure lines from established
22
23
position in plan and related position of columns, walls,
_
23
24
and partitions:
24
25
a. Maximum in any bay: 1/2 IN.
25
26
b. Maximum in any 20 FT of length: 1/2 IN.
26 -
27
c. Maximum for entire length: 1 IN.
27
28
4.
Variation in sizes and location of 'sleeves, floor
28
29
openings, and wall openings: Maximum of ±1/2 IN.
29 _
30
S.
Variation in horizontal plan location of beam, column and
30
31
wall centerlines from required location: Maximum of
31
32
±1/2 IN.
32
33
6.
Variation in cross sectional dimensions of columns and
33
34
beams and in thickness of slabs and walls: Maximum of
34
35
-1/4 IN, +1/2 IN.
35
36
7.
Footings and foundations:
36
37
a. Variations in concrete dimensions in plan: -1/2 IN,
37
38
+2 IN.
38
39
b. Misplacement or eccentricity;
39
40
1) 2 percent of footing width in direction of
40
41
misplacement but not more than 2 IN.
41
42
c. Thickness:
42
43
1) Decrease in specified thickness: 5 percent.
43 _
44
2) Increase in specified thickness: No limit except
44
45
that which may interfere with other construction.
45
46
8.
Variation in steps:
46
47
a. In a flight of stairs:
47 --
48
1) Rise: ±1/8 IN.
48
49
2) Tread: ±1/4 IN.
49
50
b. In consecutive steps:
50 _
51
1) Rise: ±1/16 IN.
51
52
2) Tread: ±1/8 IN.
52
53
9.
Establish and maintain in an undisturbed condition and
53
City of Lubbock, Municipal Water Treatment - Contract 4'
r
i
r
i
01
until final completion and acceptance of Project,
02
sufficient control points and bench marks to be used for
03
reference purposes to check tolerances.
04
10. Regardless of tolerances listed allow no portion of
05
structure to extend beyond legal boundary of Project.
06
11. To maintain specified tolerances, camber formwork to
07
compensate for anticipated deflections in formwork prior
08
to hardening of concrete.
09
10
C.
Make forms sufficiently tight to prevent loss of mortar from
11
concrete.
12
13
D.
Place 3/4 IN chamfer strips in exposed to view corners of
14
forms to produce 3/4 IN wide beveled edges on exposed to view
15
corners of members.
16
17
E.
At construction joints, overlap contact surface of form
18
sheathing for flush surfaces exposed to view over hardened
19
concrete in previous placement by at least 1 IN. Hold forms
20
against hardened concrete to prevent offsets or loss of
21
mortar at construction joint and to maintain a true surface.
22
Where possible, locate juncture of build in place wood or
23
metal forms at architectural lines, vertical control joints
24
and at construction joints.
25
26
F.
Where circular walls are to be formed and forms made up of
27
straight sections areproposed for use, provide straight
28
lengths not exceeding 2 FT wide. Brace and tie formwork to
29
maintain correct position and shape of members.
30
31
G.
Construct wood forms for wall openings to facilitate
32
loosening, if necessary, to counteract swelling.
33
34
H.
Anchor formwork to shores or other supporting surfaces or
35
members so that movement of any part of formwork system is
36
prevented during concrete placement.
37
38
I.
Provide runways for moving equipment with struts or legs,
39
supported directly on formwork or structural member without
40
resting on reinforcing steel.
41
42
J.
Provide positive means of adjustment (wedges or jacks) of
43
shores and struts and take up all settlement during concrete
44
placing operation. Securely brace forms against lateral
45
deflection. Fasten wedges used for final adjustment of forms
46
prior to concrete placement in position after final check.
47
48
49
3.03
REMOVAL OF FORMS
50
51
A.
When required for concrete curing in hot weather, required
52
for repair of surface defects or when finishing is required
53
at an early age, remove forms as soon as concrete has
City of Lubbock, Municipal Water Treatment - Contract 4
03108-5
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46,
47
48
49
50
51
52
53
03108-6
01
hardened sufficiently to resist damage from removal_
01
02
operations or lack of support.
02
03
03
04
B.
Remove top forms on sloping surfaces of concrete as soon as
04
05
concrete has attained sufficient stiffness.to prevent
05
06
sagging. Perform any needed repairs or treatment required on
06
07
such sloping surfaces at once, followed by curing as
07
08
specified in Section 03311.
08
09
09
10
C.
Loosen wood forms for wall openings as soon as:this can be
10
11
accomplished without damage to concrete.
11
12
12
13
D.
Formwork for columns, walls, sides of beams, and other parts
13
14
not supporting weight of concrete may be removed as soon as
14
15
concrete has hardened sufficiently to resist damage from
15
16
removal.
16
17
17
18
E.
Where no reshoring is planned, leave forms and shoring used
18
19
to support weight of concrete in place,until`concrete.has
19
20
attained its specified 28-day compressive.strength.Where a
20
21
reshoring procedure is planned, supporting formwork may be
21
22
removed when concrete has reached 85 percent of specified
22
23
strength.
23
24
24
25
F.
When shores and other vertical supports are so arranged that
25
26
non -load -carrying form facing material may be removed without
26
27
loosening or disturbing, shores and supports, facing material
27
28
may be removed when concrete has sufficiently hardened to
28
29
resist damage from removal.
29
30
30
31
31
32
END OF SECTION
32
City of Lubbock, Municipal Water -Treatment - Contract 4
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
i
03208-1
91F13 SECTION 03208
01
02
REINFORCEMENT
03
04
05
PART 1 - GENERAL
06
07
1.01 SUMMARY
08
09
A. Section Includes:
10
1. Reinforcing bar requirements for concrete construction.
11
12
B. Related Sections include but are not necessarily limited to:
13
1. Division 0 - Bidding Requirements, Contract Forms, and
14
Conditions of the Contract.
15
2. Division 1 - General Requirements.
16
3. Section 03311 - Concrete Mixing, Placing, Jointing and
17
Curing.
18
19
1.02 QUALITY ASSURANCE
20
21
A. Referenced Standards:
22
1. American Concrete Institute (ACI):
23
a. SP-66, ACI Detailing Manual.
24
b. 318, Building Code Requirements for Reinforced
25
Concrete.
26
2. American Society for Testing and Materials (ASTM):
27
a. A153, Standard Specification for Zinc Coating
28
(Hot -Dip) on Iron and Steel Hardware.
29
b. A185, Standard Specification for Welded Steel Wire
30
Fabric for Concrete Reinforcement.
31
c. A497, Standard Specification for Welded Deformed
32
Steel Wire Fabric for Concrete Reinforcement.
33
d. A615, Standard Specification for Deformed and Plain
34
Billet Steel Bars for Concrete Reinforcement
35
including Supplementary Requirements S1.
36
3. Concrete Reinforcing Steel Institute:
37
a. Manual of Standard Practice.
38
39
40
1.03 SUBMITTALS
41
42
A. Shop Drawings:
43
1. Product technical data including:
44
a. Acknowledgement that products submitted meet
45
requirements of standards referenced.
46
b. Manufacturer's installation instructions.
47
c. Mill certificates for all reinforcing.
48
d. Manufacture and type of proprietary rebar mechanical
49
splices.
50
2. Rebar number, sizes, spacing, dimensions, configurations,
51
locations, mark numbers, lap splice lengths and
52
locations, concrete cover and rebar supports.
53
City of Lubbock, Municipal Water Treatment - Contract 4
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
03208-2
3. Sufficient rebar details to permit installation of
01
reinforcing.
02
4. Rebar details in accordance with ACI SP-66.
03
5. Shop drawings shall be in sufficient detail to permit
04
installation of reinforcing without reference to Contract
05
Drawings. Shop drawings shall not be prepared by
06
reproducing the plans and details indicated on the
07
Contract Drawings but shall consist of completely redrawn
08
plans and details as necessary to indicate complete
09
fabrication and installation of all reinforcing steel.
10
11
12
PART
2 - PRODUCTS
13
14
2.01
MATERIALS
15
16
A.
Reinforcing Steel:
17
1. Bars: ASTM A615, Grade 60.
18
2. Column ties, field bent dowels and #3 bars when used as
19
stirrups: ASTM A615, Grade 60.
20
21
B.
Welded Wire Fabric: ASTM A185 or ASTM A497.
22
23
C.
Smooth Dowel Bars: ASTM A615, Grade 60 with metal end cap to
24
allow longitudinal movement equal to, joint width plus 1 IN.
25
26
D.
Proprietary Rebar. Mechanical Splices: To develop in tension
27
and compression a minimum of 125 percent of the yield
28
strength of the rebars being spliced.
29
30
31
2.02
ACCESSORIES
32
33
A.
Metal Chairs, Runners, Bolsters, Spacers, Hangers, and Other
34
Rebar Supports:
35
1. Stainless steel or plastic coated tips in contact with forms.
36
2. Provide chairs with continuous plate bottoms for slab on
37
grade.
38
39
2.03
FABRICATION
40
41
A.
Tolerances:
42
1. Sheared lengths: ±1 IN.
43
2. Overall dimensions of stirrups, ties and spirals:
44
+1/2 IN.
45
3. All other bends: +0 IN, -1/2 IN.
46
47
B.
Minimum diameter of bends measured on the inside of the rebar
48
to be as indicated in ACI 318 paragraph 7.2.
49
50
C.
Ship rebars to jobsite with attached plastic or metal tags.
51
1. Place on each tag the mark number of the rebar
52
corresponding to the mark number indicated on the shop
53
City of Lubbock, Municipal Water,Treatment - Contract 4:
FOR
t
r
i
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
03208-3
drawing.
01
2. Mark numbers on tags to be so placed that the numbers
02
cannot be removed.
03
04
05
PART 3 - EXECUTION
06
07
3.01 ERECTION
08
09
A. Tolerances:
10
1. Rebar placement:
11
a. Clear distance to formed surfaces: ±1/4 IN.
12
b. Minimum spacing between bars: -1/4 IN.
13
c. Top bars in slabs and beams:
14
1) Members 8 IN deep or less: f1/4 IN.
15
2) Members between 8 IN and 2 FT deep: ±1/2 IN.
16
3) Members more than 2 FT deep: +3/4 IN.
17
d. Crosswise of members: Spaced evenly within ±1
18
IN.
19
e. Lengthwise of members: ±2 IN.
20
2. Minimum clear distances between rebars:
21
a. Beams, walls and slabs: Distance equal to rebar
22
diameter or 1 IN, whichever is greater.
23
b. Columns: Distance equal to 1-1/2 times the rebar
24
diameter or 1-1/2 IN, whichever is greater.
25
c. Beam and slab rebars shall be threaded through the
26
column vertical rebars without displacing the column
27
vertical rebars and still maintaining the clear
28
distances required for the beam and slab rebars.
29
30
B. Minimum concrete protective covering for reinforcement,
31
unless indicated otherwise on Drawings:
32
1. Concrete deposited against earth: 3 IN.
33
2. Formed surfaces exposed to weather or in contact with
34
earth:
35
a. 2 IN for reinforcing bars #6 or larger.
36
b. 1-1/2 IN for reinforcing bars less than #6.
37
3. Formed surfaces exposed to or located above any liquid:
38
2 IN for all rebar sizes.
39
4. Other locations:
40
a. 1-1/2 IN for bars in beams or girders and columns
41
including stirrups and column spirals or ties.
42
b. Slabs, walls and joists:
43
1) Bar diameter +1/4 IN for #8 and larger.
44
2) 3/4 IN for #7 and smaller.
45
46
C. Unless indicated otherwise on Drawings, provide splice
47
lengths for reinforcing as follows:
48
1. For rebars: Class B tension splice as indicated in
49
Chapter 12 of ACI 318.
50
2. For welded wire fabric: Splice lap length measured
51
between outermost cross wires of each fabric sheet shall
52
not be less than 1 spacing of cross wires plus 2 IN, nor
53
City of Lubbock, Municipal water Treatment - Contract 4
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
03208-4
less than 1.5 x development length nor less than 6 IN.
01
Development length shall be as required for the basic
02
development length for the specified fabric yield
03
strength in accordance with Section 12.8 in AC1 318.
04
3. Provide splices of reinforcing not specifically indicated
05
or specified subject to approval of Engineer. Mechanical
06
proprietary splice connectors may only be used when
07
approved or indicated on the Contract Drawings.
08
09
D. Placing Rebars:
10
1. Assure that reinforcement at time concrete is placed is
11
free of mud, oil or other materials that may affect or
12
reduce bond.
13
2. Reinforcement with rust, mill scale or a combination of
14
both will be accepted as being satisfactory without
15
cleaning or brushing provided dimensions and weights
16
including heights of deformations on a cleaned sample is
17
not less than required by applicable ASTM specification
18
that governs for the rebar supplied.
19
3. Rebar support:
20
a. Uncoated rebar:
21
1) Support rebars and fasten together to prevent
22
displacement by construction loads or placing of
23
concrete.
24
2) On ground, provide supporting concrete blocks or
25
special chair with plate bottoms.
26
3) Over formwork, provide plastic -coated metal
27
chairs, runners, boosters, spacers, hangers and
28
other rebar support. Only tips in contact with
29
the forms need to be plastic coated.
30
b. Where parallel horizontal reinforcement in beams is
31
indicated to be placed in two or more layers, rebars
32
in the upper layers shall be placed directly above
33
rebars in the bottom layer with clear distance
34
between layers to be 1 IN. Place spacer rebars at 3
35
FT maximum centers to maintain the required l IN
36
clear distance between layers.
37
c. Extend reinforcement to within 2 IN of concrete
38
perimeter edges. If perimeter edge is earth formed,
39
extend reinforcement to within 3 IN of the edge.
40
d. To assure proper placement, furnish templates for all
41
column vertical bars and dowels.
42
e. Provide splices of reinforcing not specifically
43
indicated or specified subject to approval.
44
Mechanical proprietary connectors for reinforcing
45
bars may only be used when approved or indicated on
46
the Drawings.
47
f. Do not bend reinforcement after embedding in hardened
48
concrete unless approved by Engineer. Do not bend
49
reinforcing by means of heat.
50
g. Do not tack weld reinforcing.
51
52
3.02 FIELD QUALITY CONTROL
53
City of Lubbock, Municipal Water Treatment - Contract 4
i
r
a,
01
02 A. Reinforcement Congestion and Interferences:
03
1.
Notify Engineer whenever the specified clearances between
04
rebars cannot be met.
05
2.
Do not place any concrete until the Engineer submits a
06
solution to rebar congestion problem.
07
3.
Rebars may be moved as necessary to avoid interference
08
with other reinforcing steel, conduits, or embedded
09
items.
10
4.
If rebars are moved more than one bar diameter, or enough
11
to exceed above tolerances, obtain Engineer's approval of
12
resulting arrangement of rebars.
13
S.
No cutting of rebars shall be done without written
14
approval of Engineer.
15
16
B. Inspection
of Epoxy -Coated Rebars:
17
1.
Coated rebars will be inspected on the jobsite for
18
handling defects, coating abrasion, coating thickness and
19
continuity of coating.
20
2.
Engineer may defer final inspection of rebar coating
21
integrity and repairs until the rebars have been erected
22
and all handling is completed.
23
3.
Repair coated areas as directed by Engineer. Do not
24
place concrete until all repairs to coatings have been
25
completed.
26
27
28
END OF SECTION
City of Lubbock, Municipal Water Treatment - Contract 4
03208-5
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
(THIS PAGE LEFT BLANV INTENTIONALLY)
r
03308-1
01
91F13 SECTION 03308
01
02
02
03
CONCRETE, MATERIALS AND PROPORTIONING
03
04
04
05
05
06
PART 1 - GENERAL
06
07
07
08
1.01 SUMMARY
08
09
09
10
A. Section Includes:
10
11
1. Concrete materials, strengths and proportioning for
11
12
concrete work.
12
13
2. Grouting:
13
14
a. Base plates for columns and equipment.
14
15
b. Dowels and anchors into concrete.
15
16
c. Patching cavities in concrete.
16
17
d. As specified and indicated in the Contract Document.
17
18
18
19
B. Related Sections include but are not necessarily limited to:
19
20
1. Division 0 - Bidding Requirements, Contract Forms, and
20
21
Conditions of the Contract.
21
22
2. Division 1 - General Requirements.
22
23
3. Section 03311 - Concrete, Mixing, Placing, Jointing, and
23
24
Curing.
24
25
4. Section 03350 - Testing.
25
26
26
27
1.02 QUALITY ASSURANCE
27
28
28
29
A. Referenced Standards:
29
30
1. American Concrete Institute (ACI):
30
31
a. 211.1, Standard Practice for Selecting Proportions
31
32
for Normal and Heavyweight Concrete.
32
33
b. 212.1R, Admixtures for Concrete.
33
34
c. 212.2R, Guide for Use of Admixtures in Concrete.
34
35
d. 318, Building Code Requirements for Reinforced
35
36
Concrete.
36
37
2. American Society for Testing and Materials (ASTM):
37
38
a. C33, Standard Specification Concrete Aggregates.
38
39
b. C39, Standard Method of Test for Compressive Strength
39
40
of Cylindrical Concrete Specimens.
40
41
c. C94, Standard Specification for Ready Mixed Concrete.
41
42
d. C138, Standard Method of Test for Unit Weight, Yield,
42
43
and Air Content (Gravimetric) of Concrete.
43
44
e. C143, Standard Method of Test for Slump of Portland
44
45
Cement Concrete.
45
46
f. C150, Standard Specification for Portland Cement.
46
47
g. C173, Standard Method of Test for Air Content of
47
48
Freshly Mixed Concrete*by the Volumetric Method.
48
49
h. C192, Standard Method of Making and Curing Concrete
49
50
Test Specimens in the Laboratory.
50
51
i. C231, Standard Method of Test for Air Content of
51
52
Freshly Mixed Concrete by the Pressure Method.
52
53
J. C260, Standard Specification for Air -Entraining
53
City of Lubbock, Municipal Water Treatment - Contract 4
03308-2
01
Admixtures for Concrete.
02
k. C494, Standard Specification for Chemical Admixtures
03
for Concrete.
04
1. C618, Standard Specification for Fly Ash and Raw or
05
Calcined Natural Pozzolan for Use as a Mineral
06
Admixture in Portland Cement Concrete.
07
3.
Corps of Engineers Specification:
08
a. CRD-C621, Specification for Non -Shrink Grout.
09
10
1.03 SUBMITTALS
11
12
A. Shop
Drawings;
13
1.
See Section 01340.
14
2.
Product technical data including:
15
a. Acknowledgement that products submitted meet
16
requirements of standards referenced.
17
b. Manufacturer's instructions.
18
c. Concrete mix'designs as required by Section 03350.
19
1) Manufacture and type of proposed admixtures.
20
2) Manufacturer and type of proposed non -shrink
21
grout and grout cure/seal compound.
22
3.
Certifications:
23
a. Certification of standard deviation value in psi for
24
ready mix plant supplying the concrete.
25
b. Certification that the fly ash meets the quality
26
requirements stated in this Section, and fly ash
27
supplier's certified test reports for each shipment
28
of fly ash delivered to concrete supplier.
29
c. Certification that the class of coarse, aggregate
30
meets the requirements of ASTM C33 for type and
31
location of concrete' construction..
32
4.
Test reports:
33
a. Cement mill reports for all cement to be supplied.
34
35
1.04 DELIVERY, STORAGE AND HANDLING
36
37
A. Storage of Materials:
38
1.
Store cement and fly ash in weathertight buildings, bins,
39
or silos which will exclude moisture and contaminants.
40
2.
Arrange aggregate stockpiles and use in a'manner to avoid
41
excessive segregation and to prevent contamination with
42
other materials or with other sizes of like aggregates.
43
3.
Allow natural_.sand to drain until it has reached a
44
relatively uniform moisture content'before'use.
45
4.
Store admixtures in such a manner as to avoid
46
contamination,.evaporation, or damage.
47
a. For those used in form of suspensions or non -stable
48
solutions,,provide agitating equipment to assure
49
thorough distribution of ingredients.
50
b. Protect liquid admixtures from freezing and
51
temperature changes which would adversely affect
52
their characteristics.and performance.
53
City of Lubbock, Municipal Water Treatment - Contract 4
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
r
t
03308-3
01
02
r., 03
04
r 05
06
07
08
09
10
r 11
12
13
14
15
16
17
18
19
20
21
22
23
24
r 25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
r 49
50
51
52
53
r
a
B. Delivery:
1.
Prepare a delivery ticket for each load of ready -mixed
concrete.
2.
Truck operator shall hand ticket to Engineer at the time
of
delivery.
3.
Ticket to show:
a.
Serial number.
b.
Plant name.
c.
Name.
d.
Truck number.
e.
Purchaser.
f.
Specific job designation, name and location of
project.
g.
Amount of concrete.
h.
Time loaded and first mixing time.
i.
Water added by receiver and initials.
J.
Time arrived on job.
k.
Reading of revolution counter when first mixed.
1.
Type, brand, quantity of cement and aggregate.
m.
Mix design number.
n.
Type, brand, quantity of admixture.
o.
All information required to calculate how much water
was added total to mix to see if field adjustment is
allowed:
1) Aggregate moisture content.
2) Water added.
3) Design mix water amount.
p.
Outdoor temp in shade.
q.
Signature of ready mix supplier.
4.
Failure to provide complete delivery ticket may result in
rejection of load.
PART 2 - PRODUCTS
2.01 ACCEPTABLE MANUFACTURERS
A. Subject to compliance with
following Manufacturers are
1. Non -shrink grout:
a. Master Builders.
b. Gifford Hill.
c. Sauereisen.
d. U S Grout.
e. Upco.
f. Set Products, Inc.
2. Epoxy grout:
a. Ceilcote.
b. Exxon Chemical Co.
c. Sika.
d. U S Grout.
the Contract Documents, the
acceptable:
B. Submit requests for substitution in accordance with
City of Lubbock, Municipal Water Treatment - Contract 4
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
r
03308-4
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
Specification Section 01640.
01
02
2.02
MATERIALS
03
04
A.
Cement:
05
1.
ASTM C150, Type I.
06
2.
Cement type used shall correspond to that upon which
07
selection of concrete proportions was based in the mix
08
design.
09
10
B.
Fly
Ash:
11
1.
ASTM C618, Class F.
12
2.
Non -staining.
13
3.
Suited to provide hardened concrete of uniform light grey
14
color.
15
4.
Maximum loss on ignition: -4 percent.
16
5.
Compatible with other concrete ingredients and having no
17
deleterious effects on the hardened concrete.
18
6.
Produced by source certified for providing fly ash for
19
concrete production.
20
7.
Cement and fly ash type used shall correspond to that
21
upon which selection of concrete proportions was based in
2Z
the mix design.
23
24
C.
Admixtures:
25
1.
Air entraining: ASTM C260.
26
2.
Water reducing, retarding, and accelerating: Conform to
27
ASTM C494, Types A through G, and provisions of ACI
28
212.1R and 212.2R.
29
3.
Nigh range water reducers (superplasticizers): Conform
30
to ASTM C494, Types F or G.
31
4.
Pozzolanic: ASTM C618.
32
5.
Admixtures to be chloride free. Do not use calcium
33
chloride.
34
6.
Provide admixtures of same type, manufacturer and
35
quantity as used in establishing required concrete
36
proportions in the mix design.
37
38
D.
Water:
39
1.
Potable.
40
2.
Clean and free from deleterious substances.
41
3.
Free of oils, acids and organic matter.
42
43
E.
Aggregates -for Normal Weight Concrete:
44
1.
ASTM C33, except clay and shall particles no more than 1
45
percent.
46
2.
Fine and coarse aggregates to be regarded as separate
47
ingredients.
48
3.
Fine aggregates to be natural, not manufactured.
49
4.
Coarse aggregate sieve analysis:
50
a. For all concrete: ASTM C33 size number 57
51
(maximum 1 IN).
52
5.
Pozzolan or other additives shall not be used to
53
City of Lubbock, Municipal Water Treatment - Contract 4
r
03308-5
O1
compensate for alkali reactivity of aggregates.
01
02
02
03
F.
Maximum total chloride ion content for concrete mix including
03
04
all ingredients measured as a weight percent of cement:
04
05
1. 0.10 for all other concrete.
05
06
G.
Non -shrink Grout:
06
07
1. Non -shrink, non-metallic, non -corrosive, and
07
08
non -staining.
08
09
2. Premixed with only water to be added in accordance with
09
10
manufacturer's instructions at jobsite.
10
11
3. Grout to produce a positive but controlled expansion.
11
12
Mass expansion shall not be created by gas liberation or
12
13
by other means.
13
14
4. Minimum 28-day compressive strength: 6500 psi.
14
15
5. Master Builders "Special LL-713 Grout"; Gifford -Hill
15
16
"Supreme Grout"; Sauereisen Cements "F-100 Level Fill
16
17
Grout"; U S Grout "Five Star Grout"; Set Products, Inc.
17
18
"Set Non -Shrink Grout"; The Upco Corp "Upcon"; or equal.
18
19
6. In accordance with CRD-C621.
19
20
20
21
H.
Epoxy Grout:
21
22
1. Adhesive:
22
23
a. Ceilcote "HT648"grout.
23
24
b. Exxon Chemical Company "Escoweld 2505."
24
25
c. Sika "Sikadur Hi -Mod."
25
26
d. U S Grout "Five Start Epoxy Grout."
26
27
e. Or equal.
27
28
2. Aggregate:
28
29
a. Ceilcote "HT648."
29
30
b. Exxon Chemical Company "Escoweld 2510."
30
31
c. Sika aggregate.
31
32
d. U S Grout aggregate.
32
33
e. Or equal.
33
34
34
35
2.03
MIXES
35
36
36
37
A.
General:
37
38
1. Provide concrete capable of being placed without
38
39
aggregate segregation and, when cured, of developing all
39
40
properties specified.
40
41
2. All concrete to be normal weight concrete, except where
41
42
lightweight concrete is noted on Drawings, weighing
42
43
approximately 145 to 150 LBS per cubic foot at 28 days
43
44
after placement.
44
45
45
46
B.
Minimum 28-Day Compressive Strengths:
46
47
1. Normal weight concrete ........................4000 psi.
47
48
48
49
C.
Air Entrainment:
49
50
1. Provide air entrainment in all concrete resulting in a
50
51
total air content percent by volume as follows:
51
52
a. 1 IN maximum aggregate size: 3 to 6 percent total
52
53
air content.
53
City of Lubbock, Municipal Water Treatment - Contract 4
03308-6:
01
b. 3/4 IN maximum aggregate size: 5 to 7 percent total
01
02
air content.
02
03
03
04
D. Slump:
04
05
1.
Provide additional water at ready mix plant for concrete
05
06
that is to be pumped to allow for slump loss due to
06
07
pumping. Provide only enough additional water so that
07
08
slump of concrete at discharge end of pump hose does not
08
09
exceed maximum slump as determined by ASTM C143.
09
10
10
11
E. Proportioning:
11
12
1.
General:
12
13
a. Proportion ingredients to produce a mixture which
13
14
will work readily into corners and angles of forms
14
15
and around reinforcement by methods of placement and
15
16
consolidation employed without permitting materials
16
17
to segregate or excessive free water to collect on
17
18
surface.
18
19
b. Proportion ingredients to produce proper placability,
19
20
durability, strength and other required properties.
20
21
2.
Cement content and water cement ratio:
21
22
a. Minimum portland cement, LBS/CY for 4000 psi and 4500
22
23
psi concrete containing no water reducing admixture.
23
24
24
25
MAXIMUM WATER COARSE AGGREGATE SIZE
25
26
CEMENT RATIO FROM #4 SIEVE TO
26
27
CONCRETE
SLUMP, IN BY WEIGHT 3/4'IN 1 IN
27
28
x:x==a==x=c====x==
=x==xxxx::=x =====_ ====
28
29
4
0.45 611 583
29
30
30
31
b. For 3000 psi concrete, the minimum cement per cubic
31
32
yard of concrete shall be 450 LBS, maximum slump
32
33
shall be 4 IN and maximum water cement ratio shall be
33
34
0.49.
34
35
c. If fly ash is used, the substitution shall be on the
35
36
basis of 1.5 LBS of fly ash for each pound reduction
36
37
is portland cement. Therefore, these above minimum
37
38
weight valves shall be adjusted accordingly.
38
39
d. Cement content is based on use of water reducing
39
40
admixture and shall be increased by 10 percent if
40
41
water reducing admixture is not used.
41
42
e. Volume ratio of fine to total aggregates:
42
43
43
44
COARSE
44
45
AGGREGATE MINIMUM MAXIMUM
45
46
SIZE (IN) RATIO RATIO
46
47
==_=====_ _______ =======
47
48
3/4 0.35 0.50
48
49
1 0.30 0.46
49
50
50
51
3.
Fly ash:
51
52
a. For cast -in -place concrete only, a maximum of 15
52
53
percent by weight of portland cement content per
53
City of Lubbock, Municipal Water Treatment - Contract 4
7
I
03308-7
01
cubic yard may be replaced with fly ash.
01
02
b.
If fly ash is used, the water to fly ash/cement ratio
02
03
not to exceed the maximum water cement ratio
03
04
specified in this Section.
04
05
4. Water
reducing, retarding, and accelerating admixtures:
05
06
a.
Use in accordance with manufacturer's instructions.
06
07
b.
Use unless otherwise not approved by Engineer.
07
08
5. High
range water reducers (superplasticizers):
08
09
a.
Use in accordance with manufacturer's instructions.
09
10
b.
Use for water containing walls and slabs unless
10
11
otherwise approved by Engineer.
11
12
c.
Maximum concrete slump before addition of admixture
12
13
to be 3 IN. Maximum slump after addition to be 8 IN.
13
14
d.
Maximum water -cement ratio of the concrete mix
14
15
containing a high range water reducer to be 0.40.
15
16
6. Concrete
mix proportioning methods for normal weight
16
17
concrete:
17
18
a.
Combination of materials proposed is to be evaluated
18
19
and proportions selected on basis of trial mixes.
19
20
b.
Produce mixes having suitable proportions and
20
21
consistencies based on ACI-211.1, using at least
21
22
three different water cement ratios or cement
22
23
contents which will produce a range of
23
24
characteristics encompassing those required.
24
25
c.
Design trial mixes to produce a slump within 0.75 IN
25
26
of maximum specified, and for air entrained concrete,
26
27
air content within 0.5 percent specified.
27
28
d.
For each water cement ratio, cement content or
28
29
admixture, make at least three compression test
29
30
cylinders for specified test age, and cure in
30
31
accordance with ASTM C192. Test for strength at 28
31
32
days in accordance with ASTM C39.
32
33
e.
From results of these tests, plot a curve showing
33
34
relationship between water cement ratio or cement
34
35
content and compressive strength.
35
36
f.
From this curve select water cement ratio or cement
36
37
content to be used to produce required average
37
38
strength.
38
39
g.
Use cement content and mixture proportions such that
39
40
maximum water cement ratio is not exceeded when slump
40
41
is maximum specified.
41
42
h.
Base field control on maintenance of proper cement
42
43
content, slump, air content and water cement ratio.
43
44
i.
See paragraph hereafter for definition of required
44
45
average strength.
45
46
7. Required
average strength:
46
47
a.
Required average strength to exceed the specified
47
48
28-day compressive strength by the amount determined
48
49
or calculated in accordance with paragraph 5.3.2 of
49
50
ACI 318 using the standard deviation of the proposed
50
51
concrete production facility as described in
51
52
paragraph 5.3.1 of ACI 318-89.
52
53
53
City of Lubbock, Municipal Water Treatment - Contract 4
7
03308-8
01
2.04
SOURCE QUALITY CONTROL
01
02
02
03
A.
To assure stockpiles are not contaminated or materials are
03
04
segregated, perform any test for determining conformance to
04
05
requirements for cleanness and grading on samples secured
05
06
from aggregates at point of batching. Provide test reports
06
07
in accordance with Section 03350.
07
08
08
09
B.
Do not use frozen:or partially frozen aggregates.
09 _
10
;.
10
11
11
12
PART
3 - EXECUTION
12
13
13 _
14
3.01
FIELD QUALITY CONTROL
14
15
15
16
A.
Determine air content in accordance with AS TM C138, C173, or
16
17
C231
17
18
18
19
B.
Measure slump in accordance with ASTM C143.
19
20
20
21
C.
Perform strength test on any concrete to which water has been
21
22
added at the jobsite.
22
23
23 _
24
D.
See Section 03350.
24
25
25
26
END OF SECTION
26
City of Lubbock, Municipal Water Treatment - Contract 4
r
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
I
91F13
SECTION 03311
CONCRETE MIXING, PLACING, JOINTING, AND CURING
PART 1 - GENERAL
1.01 SUMMARY
A. Section Includes:
1. Mixing, placing, jointing, and curing of concrete
construction.
B. Related Sections include but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms, and
Conditions of the Contract.
2. Division 1 - General Requirements.
3. Section 03308 - Concrete, Materials and Proportioning.
4. Section 03348 - Concrete Finishing and Repair of Surface
Defects.
5. Section 03350 - Testing.
1.02 QUALITY ASSURANCE
A. Referenced Standards:
1. American Concrete Institute (ACI):
a. 304, Recommended Practice for Measuring, Mixing,
Transporting and Placing Concrete.
b. 305R, Hot Weather Concreting.
c. 306R, Cold Weather Concreting.
d. 309, Guide for Consolidation of Concrete.
2. American Society for Testing and Materials (ASTM):
a. C94, Standard Specification for Ready Mixed Concrete.
b. C171, Standard Specification for Sheet Materials for
Curing Concrete.
c. C309, Standard Specification for Liquid Membrane
Forming Compounds for Curing Concrete.
d. D994, Specification for Preformed Expansion Joint
Filler for Concrete (Bituminous Type).
e. D1056, Specification for Flexible Cellular Materials
Sponge or Expanded Rubber.
3. Corps of Engineers:
a. CRD-0572, Specification for Polyvinyl Waterstops.
4. National Ready Mixed Concrete Association (NRMCA):
a. Check List for Certification of Ready Mixed Concrete
Production Facilities.
B. Qualifications:
1. Ready Mixed Concrete Batch Plant: Certified by NRMCA.
1.03 SUBMITTALS
A. Shop Drawings:
1. See Section 01340.
City of Lubbock, Municipal Water Treatment - Contract 4
03311-1
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
03311-2
2. Product technical data including:
a. Acknowledgement that products submitted meet
requirements of standards referenced
b. Manufacturer's installation instructions.
c. Scaled (minimum 1/8 IN per foot) drawings showing
proposed locations of construction joints and joint
keyway dimensions.
d. Manufacturers and types:
1) Joint fillers.
2) Curing agents.
3) Construction joint bonding adhesive.
e. Manufacturers and types:
1) Waterstops.
3. Certifications:
a. Ready mix concrete plant certification.
b. Waterstops: Products shipped meet or exceed the
physical properties specified.
B. Samples:
1. Waterstops, expansion and contraction joints:
a. Extruded or molded section: Each size and shape.
b. Fabricated crosses: Each size and shape.
c. Must be representative in all respects:
1) Materials.
2) Fabrication workmanship.
d. Obtain approval before:
1) Manufacture of sections.
2) Fabrication.
PART 2 - PRODUCTS
2.01 ACCEPTABLE MANUFACTURERS AND MATERIALS
A. Neoprene Expansion Joint Fillers:
1. Manufacturers:
a. Permaglaze.
b. Rubatex.
c. Williams Products.
2. Materials:
a. Closed cell neoprene.
b. ASTM D1056, Class SC, 2 to 5 psi compression
deflection, Grade SCE-41.
B. Asphalt Expansion Joint Fillers:
1. Manufacturers:
a. W R Meadows.
b. J and P Petroleum Products.
2. Materials: ASTM D994.
C. Waterstops for General Construction Joints:
1. Steel, ungalvanized.
2. Dimensions as indicated on drawings.
City of Lubbock, Municipal Water Treatment - Contract 4
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
r
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
0. Waterstops for Expansion and Contraction Joint:
1. Manufacturers:
a. Greenstreak Plastics Products.
b. R W Meadows.
c. US Rubber.
2. Materials:
a. Virgin polyvinyl chloride compound not containing any
scrap or reclaimed materials or pigment.
b. Rubber.
c. Corps of Engineers Specification CRD-0572.
3. General:
a. 9 IN wide x 3/8 IN thick tear web type waterstop.
b. 2 IN minimum horizontal movement without rupturing.
c. Similar to Greenstreak Plastic Products Style #700.
4. In expansion or contraction joints for concrete sections
less than 8 IN:
a. 6 IN wide x 1/8 IN thick tear web type waterstop.
b. 2 IN minimum horizontal movement without rupturing.
c. Similar to Greenstreak Plastics Products Style #698.
E. Bonding Agent: Weld -Crete, Larsen Products Corp., or equal.
F. Membrane Curing Compound and Floor Sealer: FS TT-C-600, Type
1; chlorinated rubber, minimum 18 percent solids; Grace
"Dekote," Process solvent "Concrete Treatment ALX-9," Protex
"Triple Seal Series CRO-18," TK Products "Tri-Kote TK-18," or
equal. .
G. Bearing Pads:
1. Neoprene: Durometer 50, minimum 1/2 IN thick.
2. Elastomer with graphite 'lubrication: Chesterton
"Cheses," Nicolet Industries, Inca "Kon-X Bearing Pads,"
or equal.
H. Submit requests for substitutions in accordance with
Specification Section 01640.
2.02 SOURCE QUALITY CONTROL
A. The central concrete plant shall conform to the check list
for certification of Ready Mixed Concrete Production
Facilities of the NRMCA.
PART 3 - EXECUTION
3.01 PREPARATION
A. General:
1. Complete formwork.
2. Remove earth, snow,
materials from areas
3. Secure reinforcement
ice, water, and other foreign
that will receive concrete.
in place.
City of Lubbock, Municipal Water Treatment - Contract 4
03311-3
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
r
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
03311=4�
4.
Position expansion joint material, anchors and other
01
embedded items.
02
5.
Obtain approval of reinforcement erection and placement
03
prior to placing concrete.
04
6.
Do not place concrete during rain, sleet, or snow, unless
05
adequate protection is provided and approval is obtained.
06
Do not allow rainwater to increase mixing water nor to
07
damage surface finish.
08
7.
Plan size of crews with due regard for effects of
09
concrete temperature and atmospheric conditions'on rate
10
of hardening of concrete as required to obtain good
11
surfaces and avoid unplanned cold joints.
12
a. Do not allow rainwater to increase mixing water nor
13
to damage surface finish.
14
8.
Coat all construction joints with an approved bonding
15
material, before new concrete is placed.Apply
16
proprietary bonding adhesive in accordance with
17
manufacturer's instructions.
18
9.
Remove hardened concrete and foreign materials from inner
19
surfaces of conveying equipment and 'formwork.
20
21
B. Preparation
of Subgrade for Slabs On Ground:
22
1.
Subgrade drained and of adequate and uniform load -bearing
23
nature.
24
2.
Obtain approval of subgrade compaction density prior to
25
placing slabs on ground.
26
3.
Maintain subgrade at a temperature above 32 Deg V before
27
concrete placing begins for a sufficient amount of time
28
to remove frost.
29
4.
Moisten subgrade to eliminate absorption. Keep subgrade
30
moist at time of concreting. Allow no free-standing
31
water on subgrade or soft or muddy spots when concrete is
32
placed.
33
34
C. Edge
Forms and Screeds:
35
1.
Set accurately to produce designated elevations and
36
contours of finished surface.
37
2.
Sufficiently strong to support vibrating screeds or
38
roller pipe screeds, if required.
39
3.
Use strike off templates, or approved vibrating type
40
screeds, to align concrete surfaces to contours of screed =
41
strips.
42
43
3.02 CONCRETE
MIXING
44
45
A. General:
46
1.
Provide all concrete from a central plant conforming to
47
Check List for Certification of Ready Mixed Concrete
48
Production Facilities of the NRMCA.
49
2.
Batch, mix, and transport in accordance with ASTM C94.
50
51
B. Control
of Admixtures:
52
1.
Charge admixtures into mixer as solutions.
53
City of Lubbock, Municipal Water Treatment - Contract 4
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
a. Measure by means of an approved mechanical dispensing
device.
b. Liquid considered a part of mixing water.
c. Admixtures that cannot be added in solution may be
weighed or measured by volume if so recommended by
manufacturer.
2. Add separately, when two or more admixtures are used in
concrete, to avoid possible interaction that might
interfere with efficiency of either admixture, or
adversely affect concrete.
3. Complete addition of retarding admixtures within one
minute after addition of water to cement has been
completed, or prior to beginning of last three quarters
of required mixing, whichever occurs first.
C. Tempering and Control of Mixing Water:
1. Mix concrete only in quantities for immediate use.
2. Discard concrete which has set.
3. Discharge concrete from ready mix trucks within time
limit and drum revolutions stated in ASTM C94.
4. Minimum slump: 1 IN.
S. Addition of water at the jobsite:
a. See Section 03308 for specified water cement ratio
and slump.
b. Do not exceed maximum specified water cement ratio or
slump.
c. Incorporate water by additional mixing equal to at
least half of total mixing required:
d. See Section 03350. Perform strength test on any
concrete to which water has been added at the
jobsite.
3.03 PLACING OF CONCRETE
A. General:
1. Comply with ACI 304.
2. Do not place concrete during rain, sleet or snow, unless
adequate protection is provided and approval is obtained.
3. Deposit concrete:
a. Continuously to avoid cold joints.
b. In layers of 12 to 18 IN.
.4. Locate construction joints at locations approved by
Engineer.
a. Plan size of crews with due regard for effects of
concrete temperature and atmospheric conditions to
avoid unplanned cold joints.
5. Place concrete at such a rate that concrete, which is
being integrated with fresh concrete, is still workable.
6. Do not deposit concrete which has partially hardened or
has been contaminated by foreign materials.
7. Spreaders:
a. Temporary:
City of Lubbock, Municipal Water Treatment - Contract 4
03311-5
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
F
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
03311-6 ,.
8.
9.
10.
11.
1) Remove as soon as concrete placing renders their
function unnecessary.
b. Embedded:
1) Obtain approval of Engineer.
2) Materials: Concrete or metal.;
3) Ends of metal spreaders coated with plastic
coating 2 IN from each end.
Do not begin placing of concrete in supported elements
until concrete previously placed in supporting members is
no longer plastic and has been in place a minimum of 2
HRS.
Deposit concrete as nearly as practicable in its final
position to avoid segregation.
a. Maximum free fall: 4 FT.
b. Free fall exceeding 4 FT:
1) Place concrete by means of hopper, elephant trunk
or tremie pipe extending down to within 4 FT of
surface placed upon.
Perform the following operations before bleeding water
has an opportunity to collect on surface:
a. Spread.
b. Consolidate.
c. Straightedge.
d. Darby or bull float.
Provide slabs and beams,of minimum indicated/required
depth when sloping structural foundation base slabs and
elevated slabs to drains. For floor slabs on grade,
slope top of subgrade to provide slab of required uniform
thickness.
B. High -Range Water Reducers (Superplasticizers):
1. Manufacturer's representative be present at the jobsite
to instruct the Contractor as to the proper use and
dosage of the admixture.
2. Perform concrete slump test at the jobsite both prior to
and after addition of the admixture to the concrete.
C. Cold Weather Concrete Placement:
1. Comply with ACI 306R.
2. Do not place concrete on substrates that are not above 32
DegF or contain frozen material.
3. Maintain all materials, forms, reinforcement, subgrade
and any other items which concrete will come in contact
with free of frost, ice or snow at time of concrete
placement. I
4. Temperature of concrete when discharged at site:
MINIMUM CONCRETE MINIMUM CONCRETE
TEMPERATURE, DEGF TEMPERATURE, DEGF
FOR SECTIONS WITH FOR SECTIONS WITH .
AIR TEMPERATURE LEAST DIMENSION LEAST DIMENSION
DEGF LESS THAN 12 IN 12 IN OR GREATER
xxsazcxszc:aazz zzzzs=xzz�xsmxaxx :xamocxxoao�=sa=�
City of Lubbock, Municipal Water Treatment - Contract 4
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
F
7
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
03311-7
30 to 45 60 55
01
0 to 30 65 55
02
below 0 70 60
03
04
5.
Heat subgrade, forms, and reinforcement so the
05
temperature of the subgrade, forms, and reinforcement
06
will be between 45 and 70 DegF, when temperature of
07
surrounding air,is 40 DegF or below at time concrete is
08
placed. Remove all frost from�subgrade, forms and
09
reinforcement before concrete -is placed.
10
6.
Combine water with aggregate in mixer before cement is
11
added, if water or aggregate is heated above 90 DegF.
12
7.
Do not mix cement with water or with mixtures of water
13
and aggregate having a temperature greater than 90 DegF.
14
8.
Do not place slabs on ground if temperature is below 40
15
DegF or if temperature surrounding the slab will be below
16
40 DegF before structure is enclosed and heated.
17
18
D. Hot
Weather Concrete Placement:
19
1.
Comply with ACI 305R.
20
2.
Cool ingredients before mixing, or add flake ice or well
21
crushed ice of a size that will melt completely during
22
mixing for all or part of mixing water if high
23
temperature, low slump, flash set, cold joints, or
24
shrinkage cracks are encountered.
25
3.
Temperature of concrete when placed:
26
a. Not to exceed 90 DegF.
27
b. Not so high as to cause:
28
1) Shrinkage cracks.
29
2) Difficulty in placement due to loss of slump.
30
3) Flash set.
31
4.
Temperature of forms and reinforcing when placing
32
concrete:
33
a. Not to exceed 90 DegF.
34
b. May be reduced by spraying with water to cool below
35
90 DegF.
36
1) Leave no standing water to contact concrete being
37
placed.
38
39
E. Consolidating:
40
1.
Consolidate in accordance with ACI 309 except as modified
41
herein.
42
2.
Consolidate by vibration so that concrete is thoroughly
43
worked around reinforcement, embedded items and into
44
corners of forms.
45
a. Eliminate:
46
1) Air or stone pockets.
47
2) Honeycombing or pitting.
48
3) Planes of weakness.
49
3.
Internal vibrators:
50
a. Minimum frequency of 8000 vibrations per minute.
51
b. Insert and withdraw at points approximately 18 IN
52
apart.
53
City of.Lubbock, Municipal Water Treatment - Contract 4
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
03311-8
4.
5.
6.
7.
8.
9.
1) Allow sufficient duration at each insertion to
consolidate concrete but not sufficient to cause
segregation.
c. Use in:
1) Beams and girders of framed slabs.
2) Columns and walls.
Obtain consolidation of slabs with internal vibrators',
vibrating screeds,roller pipe screeds, or other approved
means.
Do not use vibrators to transport concrete within forms.
Provide spare vibrators on jobsite during all concrete
placing operations.
Bring a full surface of mortar against form by vibration
supplemented if necessary by spading to work coarse
aggregate back from formed surface, where concrete is to
have an as -cast finish.
Use suitable form vibrators located just below top
surface of concrete, where internal vibrators cannot be
used in areas of congested reinforcing.
Prevent construction equipment, construction operations,
and personnel from introducing vibrations into freshly
placed concrete after the concrete has been placed and
consolidated.
F. Handle concrete from mixer to place of final deposit by
methods which will prevent segregation or loss of ingredients
and in a manner which will assure that required quality of
concrete is maintained.
1. Use truck mixers, agitators, and non -agitating units in
accordance with ASTM C94.
2. Horizontal belt conveyors:
a. Mount at a slope which will not cause segregation or
loss of ingredients.
b. Protect concrete against.undue drying or rise in
temperature.
c. Use an arrangement at discharge end to prevent
segregation.
d. Do not allow mortar to adhere to return length of
belt.
e., Discharge conveyor runs into equipment specially
designed for spreading concrete.
3. Metal or metal lined chutes:
a. Slope not exceeding 1 vertical to 2 horizontal.and
not less than 1 vertical to'3 horizontal.
b. Chutes more than 20 FT long and chutes not meeting
slope requirements may be used provided they
discharge into a hopper before distribution.
c. Provide end of each chute with a device to prevent
segregation.
4. Pumping or pneumatic conveying equipment:
a. Designed for concrete application.and having adequate
pumping capacity.
b. Control pneumatic placement so segregation is avoided
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
City of Lubbock, Municipal Water Treatment - Contract 4
r
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
03311-9
in discharged concrete.
01
c. Loss of slump in pumping or pneumatic conveying
02
equipment shall not exceed 1-1/2 IN.
03
d. Do not convey concrete through pipe made of aluminum
04
or aluminum alloy.
05
e. Provide pumping equipment without Y sections.
06
07
08
3.04 JOINTS AND EMBEDDED ITEMS
09
10
A. Generale- Construction Joints:
11
1.
Locate joints as indicated on Contract Drawings or as
12
shown on approved shop drawings.
13
2.
Unplanned construction joints will not be allowed. If
14
concrete cannot be completely placed between planned
15
construction joints, then it must be removed.
16
3.
In general, locate joints near middle of spans of slabs,
17
beams and girders unless a beam intersects a girder at
18
this point, in which case, offset joint in girder a
19
distance equal to twice the width of the beam.
20
4.
Locate joints in walls and columns at underside of
21
floors, slabs, beams, or girders, and at tops of
22
foundations or floor slabs, unless shown otherwise.
23
a. At Contractor's option, beam pockets may be formed
24
into concrete walls. Size pockets to allow beam
25
reinforcing to be placed as detailed on Drawings.
26
5.
Place beams, girders, column capitals and drop panels at
27
same time as slabs.
28
6.
Make joints perpendicular to main reinforcement.
29
7.
Continue all reinforcement across joints. Provide
30
continuous keyways at all construction joints.
31
Construction joint keyways shall have dimensions as shown
32
on Drawings.
33
8.
Allow a minimum of 48 HRS before placement of adjoining
34
concrete construction.
35
9.
Provide waterstops in all below grade construction
36
joints.
37
-
38
B. Construction Joints - Spacing:
39
1.
General - Structures not intended to contain liquid:
40
a. Wall vertical construction joints:
41
1) 60 FT maximum centers.
42
2) At wall intersections, 30 FT maximum from corner.
43
b. Wall horizontal construction joints: 20-25 FT
44
centers.
45
c. Base slab, floor, and roof slab construction joints:
46
1) Placements to be approximately square and not to
47
exceed 3500 SF. -
48
2) Maximum side dimension of a slab pour to be
49
80 FT.
50
2.
Structures intended to contain liquids:
51
a. Wall vertical construction joints:
52
1) 30 FT maximum centers.
53
City of Lubbock, Municipal Water Treatment - Contract 4
03311-10
O1
2) At wall intersections, 15 FT maximum from corner.
01
02
b. Wall horizontal construction joints: 10-15 FT
02
03
centers.
03
04
c. Base slab, floor, and roof slab construction joints:
04
05
1) Placements to be approximately square and not to
05
06
exceed 2000 SF.
06
07
2) Maximum side dimension of a slab pour to be
07
08
60 FT.
08
09
09
10
C. Bonding at Construction Joints:
10
11
1. Obtain bond between concrete pours at construction joints
11
12
by thoroughly cleaning and removing all laitance from
12
13
construction joints. Before new concrete is placed, all
13
14
construction joints shall be coated with bonding agent or
14
15
cement grout.
15
16
a. General - Cement grout acceptable for all
16
17
construction joints except as noted in paragraph b.
17
18
below, or at Contractor's option use a bonding agent
18
19
for all construction joints.
19
20
1) Treatment of joint surface:
20
21
a) Roughen the surface of the concrete'to expose
21
22
the aggregate uniformly.
22
23
b) Remove laitance, loosened particles of
23
24
aggregate or damaged concrete at the surface.
24
25
c) Dampen the hardened concrete (but do not
25
26
saturate) immediately prior to placing of
26
27
fresh concrete or grout.
27
28
2) Cover the hardened concrete of horizontal joints
28
29
with a coat of cement grout of similar
29
30
proportions to the concrete, except substitute
30
31
fine aggregate for coarse aggregate.
31
32
a) Place grout as thick as possible on vertical
32
33
surfaces.
33
34
b) Place 3 IN layer of grout in bottoms of wall
34
35
or column lifts immediately before placing'.
35
36
concrete and at least 1/2 IN thick on other36
37
horizontal surfaces. Vibrate grout and first
37
38
layer of concrete simultaneously.. .
38
39
c) Place fresh concrete before the grout has
39
40
attained its initial set.
40
41
b. Use bonding agent for,walls`and slabs of tanks and
41
42
structures designed to contain liquids and at all
42
43
joints in beams, girders; and slabs.
43
44
1) Joints receiving a bonding agent shall be
44
45
prepared, and applied in accordance with the
45
46
manufacturer's recommendations.
46
47
47
48
D. Locate joints in slabs on grade as indicated on Drawings.
48
49
1. Time cutting properly with set of concrete, if saw cut
49
50
joints are required or permitted.
50
51
a. Start cutting as soon as concrete has hardened
51
52
sufficiently to prevent aggregates being dislodged by
52
53
saw.
53
City of Lubbock, Municipal Water Treatment`- Contract 4
f`
03311-11'
O1
b. Complete before shrinkage stresses become sufficient
01
02
to produce cracking.
02
03
03
04
E. Expansion Joints:
04
05
1.
Do not permit reinforcement or other embedded metal items
05
06
bonded to'concrete (except smooth dowels bonded on only
06
07
one side of joint) to extend continuously through an
07
08
expansion joint.
08
09
2.
Use neoprene expansion joint fillers, unless noted
09
10
otherwise on Drawings.
10
11
3.
Seal expansion joints as shown on Drawings. See Section
11
12
07900 for requirements.
12
13
13
14
F. Waterstops:
14
15
1.
Metal type:
15
16
a. Clean and free of coatings that weaken the bond with
16
17
the concrete.
17
18
b. Continuous through the length of the construction
18
19
joint.
19
20
c. Lap junction between adjacent sections 5 I.N and
20
21
securely bolt or weld together.
21
22
d. Maintain in proper position until surrounding
22
23
concrete is deposited and compacted.
23
24
2.
Bulb type:
24
25
a. Position waterstop accurately in forms.
25
26
b. Install according to manufacturer's instructions. Do
26
27
not displace reinforcement from required location.
27
28
c. Waterstops to be continuous.
28
29
d. Ends and intersections butt spliced with electrical
29
30
splicing iron in accordance with manufacturer's
30
31
instructions.
31
32
32
33
G. Other Embedded Items:
33
34
1.
Place sleeves, inserts, anchors, and embedded items
34
35
required for adjoining work or for its support, prior to
35
36
_initiating concreting.
36
37
a. Give Contractor, whose work is related to concrete or
37
38
supported by it, ample notice and opportunity to
38
39
introduce and/or furnish embedded items before
39
40
concrete placement.
40
41
2.
Do not place electrical conduit, drains, or pipes in or
41
42
thru concrete slabs, walls, columns, foundations, beams
42
43
or other structural members unless approved by Engineer.
43
44
44
45
H. Placing Embedded Items:
45
46
1.
Position expansion joint material, waterstops, and other
46
47
embedded items accurately.
47
48
2.
Support against displacement.
48
49
3.
Fill voids in sleeves, inserts and anchor .slots
49
50
temporarily with readily removable material to prevent
50
51
entry of concrete into voids.
51
52
4.
Provide adequate means for anchoring waterstop in
52
53
concrete.
53
City of Lubbock, Municipal Water Treatment'- Contract 4
r
03311-12
01 a. Provide.means to prevent flat -strip waterstops in the
02 forms, from being folded over by the concrete as it
03 is placed.
04 b. Hold horizontal waterstops in place with.continuous:
05 supports. Tack the top edge of the waterstop.
06 c. Hold vertical waterstops in place with light wire
07 ties,,on 18 IN centers, passed through the edge of
08 the'waterstop and tied to the two curtains of
09 reinforcing steel.
10 d. Work concrete under the waterstops by hand, to as to
11 avoid the formation of air and rock pockets, when
12 placing roof and floor slab concrete around
13 waterstops.
14
15
16 3.05 INSTALLATION OF GROUT
17
18 A. Grout Schedule of Use:
19 1. Sand cement grout:
20 a. Separate topping for basins.
21 b. General use.
22 2. Epoxy grout:
23 a. Patching cavities in concrete.
24 b. Grouting of dowels and anchor bolts into existing.
25 concrete.
26 c. Grouting of equipment base.plates where driving motor
27 is 500 HP and above.
28 d. Other uses indicated on the Drawings.
29 3. Non -shrink non-metallic:
30 a.` Column baseplates.
31 b. Grouting of equipment baseplates where driving motor
32 is less than 500 HP.
33 c. Other uses indicated on the Drawings.
34
35 B. Grout Performance Requirements:
36 1. Epoxy:
37 a. Three -component epoxy resin system.
38 1) Two liquid epoxy components.
39 2) One inert aggregate filter component:
40 b. Each component furnished in separate package for
41 mixing.at jobsite.
42 2. Non -shrink, nonmetallic grout
43 a. Factory premixed, requiring only water addition in
44 the field.
45
46 C. Grout Installation:
47 1. Sand cement grout:
48 a. Consolidate grout by rodding or by other means:to
49 assure complete filling of keyways.
50 b. Cure grout by one of methods specified herein.
51 2. Non -shrink non-metallic grout:.
52 a. Clean concrete surface toyreceive grout.
53 b. Saturate concrete with water for 24 HRS prior to
City of Lubbock, Municipal Water Treatment - Contract 4
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
r
r
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
03311-13
grouting.
c. Mix in a mechanical mixer.
d. Use no more water than necessary to produce flowable
grout.
e. Place in accordance with manufacturer's instructions.
f. Provide under beam, column, and equipment base
plates, and in other locations indicated on the
Drawings.
g. Completely fill all spaces and cavities below the
bottom of base plates.
h. Provide forms where base plates and bed plates do not
confine grout.
i. Where exposed to view, finish grout edges smooth.
J. Except where a slope is indicated on the Drawings,
finish edges flush at the base plate, bed plate,
member or piece of equipment.
k. Coat exposed edges of grout with cure or seal
compound recommended by the grout manufacturer.
1. Protect against rapid moisture loss by covering with
wet rags or polyethylene sheets. Wet cure grout for
7 days minimum.
3. Epoxy grout:
a. Mix and place in accordance with manufacturer's
instructions.
b. Apply only to clean, dry, sound surface.
c. Completely fill all cavities and spaces around dowels
and anchors without voids.
d. Grout base and bed plates as specified for
non -shrinking, non-metallic grout.
e. Obtain manufacturer's field technical assistance as
required to assure proper placement.
3.06 CURING AND PROTECTION
A. Protect concrete from premature drying, excessively hot or
cold temperatures, and mechanical injury immediately after
placement, and maintain with minimal moisture loss at,
relatively constant temperature for period necessary for
hydration of cement, hardening, and compressive strength
gain. Follow recommendations of ACI 308 except as modified
herein.
B. Apply one of the following curing procedures immediately
after completion of placement and finishing, for concrete
surfaces not in contact with forms.
1. Ponding or continuous sprinkling.
2. Application of absorptive mats or fabric kept
continuously wet.
3. Application of sand kept continuously wet.
4. Application of waterproof sheet materials, conforming to
ASTM C171.
5. Application of other moisture retaining covering as
approved.
City of Lubbock, Municipal Water Treatment - Contract 4
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
03311-14
6. Application of a curing compound conforming to ASTM C309.
01
a. Apply curing compound in accordance with
02
manufacturer's.recommendations immediately after any
03
water sheen which may develop after finishing has
04
disappeared from concrete surface.
05
b. Do not use on any surface against which additional
06
concrete or other material .is to be bonded unless it
07
is proven that curing compound will not prevent bond.
08
c. Where a vertical surface is cured with a curing
09
compound, the vertical surface shall be covered with
10
a minimum of two coats of the curing compound.
11
1) Allow the preceding coat to completely dry prior
12
to applying the next coat..
13
2) Apply the first coat of curing compound to a
14
vertical surface immediately after form removal.
15
3) The vertical concrete surface at the time of
16
receiving the first coat shall be damp with no
17
free water on the surface.
18
4) A vertical surface: Any surface steeper than 1
19
vertical to 4 horizontal.
20
d. Curing compounds used in water treatment plant
21
construction shall be non -toxic and taste and odor
22
free.
23
24
C. Curing Concrete In Contact with Forms:-
25
1. Minimize moisture loss from and temperaturegainof
26
concrete placed in forms exposed to heating by sun by
27
keeping forms wet and cool until they can be safely
28
removed.
29
2. After form removal, cure concrete until end of time
30
prescribed.
31
a. Use one of methods listed above.
32
3. Forms left in place shall not be used as a method of
33
curing in hot weather.
34
4. The term "hot weather," where used in these
35
specifications, is defined in ACI 305R.
36
5. In hot weather, remove forms from vertical surfaces as
37
soon as concrete has gained sufficient strength so that -
38
the formwork is no longer required to support the
39
concrete.
40
41
D. Continue curing for at least 7 days for all concrete except
42
high early strength concrete for which period shall be at
43
least 3 days. If one of curing procedures indicated above is
44
used initially, it may be replaced by one of other procedures
45
indicated any time after concrete is l day old, provided
46
concrete is not permitted to become surface dry during
47
transition.
48
49
E. Cold Weather:
50
1. Follow recommendations of ACI 306R.
51
2. Maintain temperature of concrete between 50 and 70 DegF
52
for required curing period, when outdoor temperature is
53
City of Lubbock, Municipal Water Treatment - Contract 4 ,
r
i
F
r
t
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
03311-15
40 DegF, or less.
3. Use heating, covering, insulating, or housing of the
concrete work to maintain required temperature without
injury due to concentration of heat.
4. Do not use combustion heaters unless precautions are
taken to prevent exposure of concrete to exhaust gases
which contain carbon dioxide.
5. Interior slabs in areas intended to be heated shall be
adequately protected so that frost does not develop in
the supporting subgrade.
F. Hot Weather:
1. Follow recommendations of ACI 305R.
2. Make provision for cooling forms, reinforcement and
concrete, windbreaks, shading, fog spraying, sprinkling,
ponding, or wet covering with a light colored material.
3. Provide protective measures as quickly as concrete
hardening and finishing operations will allow.
G. Rate of Temperature Change:
1. Keep changes in temperature of air immediately adjacent
to concrete as uniform as possible, during and
immediately following curing period.
2. Do not exceed a temperature change of 5 DegF in any 1 HR
or 50 DegF in any 24 HR period.
H. Protection from Mechanical Injury:
1. Protect concrete from damaging mechanical disturbances,
such as load stresses, heavy shock, and excessive
vibration.
2. Protect finished concrete surfaces from damage by
construction equipment, materials, or methods, and by
rain or running water.
3. Do not load self supporting structures in such a way as
to overstress concrete.
3.08 FIELD QUALITY CONTROL
A. Strength tests in accordance with Section 03350.
1. Perform a strength test on all concrete to which water or
superplastisizer, in addition to the amount stated in the
concrete mix design, has been added at the jobsite.
a. Perform strength test after water or superplastisizer
has been added and additional mixing has been
performed.
B. Field samples of fabricated waterstop fittings (crosses,
tees, etc.) will be selected at random by the Engineer for
testing by a laboratory at the Owner's expense. When tested,
they shall have a tensile strength across the joints equal to
at least 600 psi.
END OF SECTION
City of Lubbock, Municipal Water Treatment - Contract 4
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
(THIS PAGE LEFT BLANK INTENTIONALLY)
r"
t;
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
91F13 SECTION 03348
CONCRETE FINISHING AND REPAIR OF SURFACE DEFECTS
PART 1 - GENERAL
1.01 SUMMARY
A. Section Includes:
1. Concrete finishing and repair of surface defects.
2. Membrane hardener applied to surface of concrete slabs.
B. Related Sections include but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms, and
Conditions of the Contract.
2. Division 1 - General Requirements.
3. Section 03108 - Formwork.
4. Section 03308 - Concrete, Materials and Proportioning.
S. Section 09905 - Painting and Protective Coatings.
1.02 QUALITY ASSURANCE
A. Referenced Standards:
1. American Society for Testing and Materials (ASTM):
a. C150, Standard Specification for Portland Cement.
B. Mock -Ups:
1. Construct sample wall for each type of wall finish
specified for review and acceptance by Engineer.
a. Minimum 4 x 6 FT.
b. Construct additional sample walls as required until
accepted.
c. Sample wall constitutes minimum standard of quality
for actual construction.
d. Maintain sample wall during construction.
e. Remove when directed by Engineer.
f. Sample wall may be built into permanent wall
construction if said incorporation is approved by
Engineer.
1) Must be readily identifiable during construction.
1.03 SUBMITTALS
A. Shop Drawings:
1. See Section 01340.
2. Product technical data including:
a. Acknowledgement that products submitted meet
requirements of standards referenced.
b. Manufacturer's installation instructions.
c. Schedule of concrete structures indicating finishes
of concrete surfaces.
3. Certification that products being used will not interfere
City of Lubbock, Municipal Water Treatment - Contract 4
03348-1
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
03348-2
with bonding of future floor finishes.
4. Certification of aggregate gradation.
5. Decorative coating for concrete.
1.04 DELIVERY, STORAGE, AND HANDLING
A. Comply with manufacturer's recommendations and requirements
for materials used.
1.05 WARRANTY
A. Provide warranty equal to specified manufacturer's standard
warranty for all products used.
PART 2 - PRODUCTS
2.01 ACCEPTABLE MANUFACTURERS
A. Subject to compliance with the Contract Documents, the
following Manufacturers are acceptable:
1. Chemical floor hardeners and sealing compounds:
a. Federal Specification TT-C-600, Type 1.
b. Grace, "DeKote."
c. Process Solvent, "Concrete Treatment ALX-9.
d. Protex, "Triple Seal CRD-18."
e. T.K. Products, "Tri-Kote TK-18."
f. Or Approved Equal.
2. Bonding agents:
a. Euclid Chemical Co.
b. Master Builders Inc.
c. L & M Construction Chemicals Inc.
3. Decorative coating for concrete:
a. Thoro System Products.
b. Or Approved Equal.
B. Submit requests for substitution in accordance with
Specification Section 01640.
2.02 MATERIALS
A. Bonding Agent:
1. High solids acrylic latex base liquid for interior or
exterior application as a bonding agent to improve
adhesion and mechanical properties of concrete patching
mortars.
2. Euclid Chemical Co."Flex-Con.
3. Master Builders Inc."Acryl-Set."
4. L & M Construction Chemicals "Everbond."
5. Thoro System Products "Acryl 60."
B. Cement:
1. ASTM C150, Type I portland.
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
City of Lubbock, Municipal Water Treatment - Contract 4
T
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
C. Aggregate:
1. Sand: Maximum size #30 mesh sieve.
D. Water: Potable..
2.03 MIXES
A. Bonding Grout•
1. One part cement to one part aggregate.
2. Mix cement and aggregate.
3. Mix bonding agent and water together in separate
container in accordance with manufacturer's instructions.
4. Add bonding agent/water mixture to cement/aggregate
mixture.
5. Mix to consistency of thick cream.
6. Bonding agent itself may be used as bonding grout if
approved by manufacturer.
B. Patching Mortar:
1. One part cement to two and one-half parts aggregate by
damp loose volume.
a. Substitute white portland cement for a part of gray
portland cement to produce color matching surrounding
concrete.
2. Mix cement and aggregate.
3. Mix bonding agent and water together in separate
container in accordance with manufacturer's instructions.
4. Add only enough bonding agent/water mixture to
cement/aggregate mixture to allow handling and placing.
5. Let stand with frequent manipulation with a trowel, until
mix has reached stiffest consistency to allow placement.
PART 3 - EXECUTION
3.01 PREPARATION
A. Repair surface defects including filling tie holes within 24
HRS after removal of forms.
1. Remove all honeycombed and other defective concrete down
to sound concrete.
2. Chip or abrasive blast to completely open air pockets and
honeycombs deeper than 1/4 IN, and other defective
concrete down to sound concrete.
a. If,chipping is necessary, make edges perpendicular to
surface or slightly undercut.
b. No featheredges will be permitted.
B. Filling Tie Holes and Repairing Surface Defects:
1. Fill and repair using patching mortar mix specified in
Article 2.03, MIXES.
2. Clean surfaces to remove dust, dirt, laitence, form oil,
City of Lubbock, Municipal Water Treatment - Contract 4
03348-3
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
03348-4
grease, or other contaminants.
a. If required by bonding agent manufacturer, etch
surfaces with a muriatic acid solution followed by a
thorough rinse with clean water.
3. Dampen area to be patched and an area at least 6 IN wide
surrounding it prior to application of bonding grout.
4. Brush bonding grout into the surface after the surface
water has evaporated.
5. Allow bonding grout to set for period of time required by
bonding agent manufacturer before applying premixed
patching mortar.
6. Consolidate mortar into place and strike off so as to
leave patch slightly higher than surrounding surface.
a. Fill tie holes and areas where honeycombed or
defective concrete have been removed.
7. Leave undisturbed for at least 60 minutes before
finishing level with surrounding surface.
a. Do not use metal tools in finishing a patch in a
formed wall which will be exposed or coated with
other materials.
8. Keep areas damp for 7 days or in accordance with bonding
agent manufacturer's directions.
3.02 INSTALLATION AND APPLICATION
A. Do not repair surface defects or apply wall finishes when
temperature is or is expected to be below 50 DegF.
1. If necessary, enclose and heat area to between 50 and 70
DegF during repair of surface defects and curing of
patching material.
B. Concrete Finishes for Vertical Wall Surfaces:
1. General: Give concrete surfaces finish as specified
below after removal of formwork and repair of surface
defects.
2. Finish #1 - As cast rough form finish:
a. Selected forming materials are not required.
b. Prepare surface as specified in Article 3.01.
c. Chip off or rub off fins exceeding 1/4 IN in height.
d. Use at unexposed surfaces, such as foundations and
backfilled surfaces of walls not to be waterproofed.
3. Finish #2 - As cast smooth form finish:
a. Form facing material shall produce a smooth, hard,
uniform texture. Use forms specified for surfaces
exposed to view in accordance with Section 03108 -
Formwork.
b. Prepare surface as specified in Article 3.01.
c. Brush off abrasive blast concrete surfaces which are
to be waterproofed, to produce a sound surface and
expose defects and air voids which are covered by a
light concrete film.
d. Provide finish for:
1) Inside walls of basins, tanks, and manholes and operating
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
City of Lubbock, Municipal Water Treatment - Contract 4
r
T"
}
01
floors.
02
2) Walls being waterproofed.
03
3) Use at all exposed surfaces not specified to
04
receive another finish.
05
4. Finish
#3 - Smooth rubbed finish:
06
a.
Use Finish #2 - As cast smooth form finish as above.
07
b.
Begin finish 1 day after form removal.
08
c.
Wet surface and rub with carborundum brick or other
09
abrasive until uniform color and texture is achieved.
10
d.
No cement grout shall be used other than the cement
11
paste drawn from concrete wall itself by the rubbing
12
procedure.
13
e.
Provide this finish on all exposed to view exterior
14
surfaces unless noted otherwise.
15
f.
Construct mock-up per Article 1.03.
16
5. Finish
#5 - Grout cleaned finish:
17
a.
Use Finish #2 - As cast smooth form finish as base.
18-
b.
All contiguous surfaces to be cleaned shall be
19
completed and accessible before cleaning operation
20
begins.
21
c.
Mix one part portland Cement and one and one-half
22
parts fine sand with sufficient bonding agent/water
23
mixture to produce a grout with the consistency of
24
thick paint.
25
1) White portland cement shall be substituted for
26
gray portland cement to produce a color that
27
matches color of surrounding concrete as
28
determined by trial patch for areas not to be
29
painted.
30
d.
Wet surface of concrete to prevent absorption of
31
water by grout and uniformly apply grout with brushes
32
or spray gun.
33
e.
Immediately after applying grout mix, scrub the
34
surface with a cork float or stone to coat surface
35
and fill air bubbles and holes.
36
f.
While grout is still plastic, remove all excess grout
37
by working surface with rubber float or sack.
38
g.
After the surface whitens from drying, rub vigorously
39
with clean burlap.
40
h.
Keep final finish damp for a minimum of 36 HRS after
41
final rubbing.
42
i.
Provide this finish on all surfaces which are to be
43
painted, or to be coated by other material, or to
44
remain as grout cleaned finish.
45
j.
Construct mock-up per Article 1.03.
46
47
C. Related
Unformed Surfaces (Except Slabs):
48
1. Strike
smooth tops of walls or buttresses, horizontal
49
offsets,
and similar unformed surfaces occurring adjacent
50
to
formed surfaces after concrete is placed.
51
2. Float
surface to a texture consistent with that of formed
52
surfaces.
53
3. Continue
treatment uniformly across unformed surfaces.
City of Lubbock, Municipal Water Treatment - Contract 4
03348-5
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
7
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
03348-6
01
D. Concrete Finishes for Horizontal Slab Surfaces:
02
1. General: Tamp concrete to force coarse aggregate down
03
from surface. Screed with straightedge, eliminate high
04
and low places, bring surface to required finish
05
elevations; slope uniformly to drains. Dusting of
06
surface with dry cement or sand during finishing
07
processes not permitted.
08
2. Scratched slab finish: After concrete has been placed,
09
consolidated, struck off, and leveled to a Class B
10
tolerance, roughen surface with stiff brushes or rakes
11
before final set.
12
3. Floated finish:
13
a. After concrete has been placed, consolidated, struck
14
off, and leveled, do no further work until ready for
15
floating.
16
b. Begin floating when water sheen has disappeared and
17
surface has stiffened sufficiently to permit
18
operations. Use wood or cork float.
19
c. During or after first floating, check planeness of
20
entire surface with a 10 FT straightedge applied at
21
not less than two different angles.
22
d. Cut down all high spots and fill all low spots to
23
produce a surface with Class B tolerance throughout.
24
e. Refloat slab immediately to a uniform sandy texture.
25
4. Troweled finish:
26
a. Float finish surface to true,, even plane.
27
b. Power trowel, and finally hand trowel.
28
c. First troweling after power troweling shall produce a
29
smooth surface which is relatively free of defects,
30
but which may still show some trowel marks.
31
d. Perform additional trowelings by hand after surface
32
has hardened sufficiently.
33
e. Final trowel when a ringing sound is produced as
34
trowel is moved over surface.
35
f. Thoroughly consolidate surface by hand troweling.
36
g. Leave finished surface essentially free of trowel
37
marks, uniform in texture and appearance and plane to
38
a Class A tolerance.
39
h. On surfaces intended to support floor coverings,
40
remove any defects that would show through floor
41
covering by grinding.
42
5. Broom or belt finish: Immediately after concrete has
43
received a float finish as specified, give it a
44
transverse scored texture by drawing a broom or burlap
45
belt across surface.
46
6. Underside of concrete slab finish: As cast smooth form
47
finish as specified for vertical surfaces.
48
49
3.03 REPAIR OF REJECTED HORIZONTAL FINISHES
50
51
A. Unacceptable horizontal finishes shall be replaced or
52
corrected provided strength and appearance are not adversely
53
City of Lubbock, Municipal Water Treatment - Contract 4
E
01
affected. High spots may be removed by grinding and/or low
02
spots filled with a patching compound or other remedial
03
measures performed as permitted.
04
05
06
3.04
FIELD QUALITY CONTROL
07
A.
Horizontal slab finishes will be accepted provided:
08
1. Applicable specification requirements are satisfied.
09
2. Water does not pond in areas sloped to drain.
10
3. Gap between a 10 FT straightedge placed anywhere on the
11
finished surface do not exceed:
12
13
a. Class A tolerance: 1/8 IN.
b. Class B tolerance: 1/4 IN.
14
4. Accumulated deviation from intended true plane of
15
finished surface does not exceed 1/2 IN.
16
5. Accuracy of floor finish does not adversely affect
17
installation and operation of movable equipment, floor
18
supported items, or items fitted to floor (doors, tracks,
P"
19
etc.).
20
21
B.
Do not repair surface defects or apply slab finishes when
22
temperature is or is expected to be below 50 DegF.
r"
23
1. If necessary, enclose and heat area to between 50 and 70
24
DegF during repair of surface defects and curing of
25
patching material.
26
27
C.
Unacceptable finishes shall be replaced or, if approved by
28
Engineer, may be corrected provided strength and appearance
29
are not adversely affected. High spots to be removed by
30
grinding and/or low spots filled with a patching compound or
31
other remedial measures to match adjacent surfaces.
32
,.
33
3.05
PROTECTION
34
35
A.
All horizontal slab surfaces receiving applied toppings or
36
hardener sealer compound shall be kept free of traffic and
37
loads for minimum of 10 days following installation of
38
topping or compound.
39
40
41
END OF SECTION
City of Lubbock, Municipal Water Treatment - Contract 4
E'
03348-7
No Text
k
4 .
r�
P
O1
91F13 SECTION 03350
r-
02
!
03
TESTING
04
05
06
PART 1 - GENERAL
07
08
1.01 SUMMARY
09
i
10
A. Section Includes:
11
1. Materials and concrete testing as required to
12
establish concrete mix design.
c
13
2. Testing of concrete during construction for compliance
14
with Contract Documents.
15
3. In -place testing of concrete, if required.
16
6
17
B. Related Sections include but are not necessarily limited
18
to:
19
20
1. Division 0 - Bidding Requirements, Contract Forms, and
Conditions of the Contract.
21
2. Division 1 - General Requirements.
22
3. Section 03208 - Reinforcement.
23
4. Section 03308 - Concrete, Materials and Proportioning.
24
5. Section 03311 - Concrete Mixing, Placing, Jointing,
25
and Curing.
,.,
26
i
27
1.02 RESPONSIBILITY AND PAYMENT
6
28
29
A. Owner and Contractor each provide and pay for certain
30
testing services:
31
1. Owner: Retain the services of a Testing Agency to
32
perform testing services for the following:
�.
33
a. Testing of concrete and other cement -containing
34
products produced by or for the Contractor for
35
incorporation into the work during the
36
construction of the Project for compliance with
37
the Contract Documents.
38
2. Contractor: Retain the services of a Testing Agency
39
to perform testing services for the following:
r..
40
a. Testing of materials and mixes proposed by the
41
Contractor for compliance with the Contract
42
Documents and retesting in the event of changes.
43
b. Additional testing or retesting of materials or
44
concrete or other cement -containing products
G
45
occasioned by their failure, by test or
46
inspection, to meet requirements of the Contract
�.,
47
Documents.
48
c. Strength testing on any concrete to which water
49
has been added at the jobsite.
50
d. In -place testing of concrete as may be required by
51
Engineer when strength of structure is considered
52
potentially deficient.
53
e. Other testing services needed or required by
f
City of Lubbock, Municipal Water Treatment - Contract 4
03350-1
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
03350-2
Contractor such as:
01
1) Field curing of test specimens and testing of
02
specimens for determining when forms, form
03
shoring, or reshoring may be removed.
04
05
1.03 QUALITY ASSURANCE
06
07
A. Referenced Standards:
08
1. American Association of State Highway and
09
Transportation Officials (AASHTO):
10
a. T260, Standard Method of Sampling and Testing for
11
Total Chloride Ion in Concrete and Concrete Raw
12
Materials.
13
2. American Concrete Institute (ACI):
14
a. 318, Building Code Requirements for Reinforced
15
Concrete.
16
3. American Society for Testing and Materials (ASTM):
17
a. C31, Standard Method of Making and Curing Concrete
18
Test Specimens in the Field.
19
b. C39, Standard Method of Test for Compressive
20
Strength of Cylindrical Concrete Specimens.
21
c. C42, Standard Method of Obtaining and Testing
22
Drilled Cores and Sawed Beams of Concrete.
23
d. C138, Standard Method of Test for Unit Weight,
24
Yield, and Air 'Content (Gravimetric) of Concrete.
25
e. C143, Standard Method of Test for Slump of
26
Portland Cement.
27
f. C172, Standard Method of Sampling Fresh Concrete.
28
g. C173, Standard Method of Test for Air Content of
29
Freshly Mixed Concrete by the Volumetric Method.
30
h. C231, Standard Method of Test for Air Content of
31
Freshly Mixed Concrete by the Pressure Method.
32
i. C567, Standard Method of Test for Unit Weight of
33
Structural Lightweight Concrete.
34
J. E329, Standard Recommended Practice for Inspection
35
and Testing Agencies for Concrete, Steel, and
36
Bituminous Materials as Used.in Construction.
37
38
B. Qualifications:
39
1. Testing Agency:
40
a. Meeting requirements of ASTM E329.
41
b. Provide evidence of recent inspection by Cement
42
and Concrete Reference Laboratory of National
43
Bureau of Standards, and correction of
44
deficiencies noted.
45
46
1.04 DEFINITIONS
47
48
A. Testing Agency: An independent professional testing firm
49
or service hired by Contractor or by Owner to perform
50
testing and analysis services on materials, mixes,
51
structures, and other items as directed, and as provided
52
in the Contract Documents.
53
City of Lubbock, Municipal Water Treatment - Contract 4
r
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
r
03350-3
O1
1.05 SUBMITTALS
02
03
A. Shop Drawings:
04
1. See Section 01340.
05
2. Product technical data including:
06
a. Concrete materials and concrete mix designs
07
proposed for use. Include results of all testing
08
performed to qualify materials and to establish
09
mix designs. Place no concrete until approval of
10
mix designs has been received in writing.
11
Submittal for each concrete mix design to include:
12
1) Sieve analysis and source of fine and coarse
13
aggregates.
14
2) Test for aggregate organic impurities.
15
3) Proportioning of all materials.
16
4) Type of cement with mill certificate for the
17
cement.
18
5) Brand, quantity and class of fly ash proposed
19
for use along with other submittal data as
20
required for fly ash by Section 03308.
21
6) Slump.
22
7) Brand, type and quantity of air entrainment
23
and any other proposed admixtures.
24
8) Total chloride ion content per cubic yard of
25
concrete determined in accordance with AASHTO
26
T260.
27
9) 28-day compression test results and any other
28
data required by Section 03308 to establish
29
concrete mix design.
30
3. Certifications:
31
a. Testing Agency qualifications.
32
4. Test results:
33
a. Strength test results on concrete placed during
34
construction including slump, air content, and
35
concrete temperature.
36
b. Strength test results on concrete core samples of
37
in -place construction if required.
38
c. Results of load testing in -place concrete
39
construction when load testing is required.
40
41
42
PART 2 - PRODUCTS - (NOT APPLICABLE TO THIS SECTION)
43
44
45
PART 3 - EXECUTION
46
47
3.01 TESTING SERVICES TO BE PERFORMED BY TESTING AGENCY
48
49
A. Review and test Contractor's proposed materials for
50
compliance with the Contract Documents.
51
52
B. Review and test Contractor's proposed concrete mix
53
City of Lubbock, Municipal Water Treatment - Contract 4
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
03350-4
design(s).
01
02
C. Conduct tests on concrete and other cement -containing
03
products produced by or for Contractor for incorporation
04
into the work during the construction of the Project for
05
compliance with the Contract Documents.
06
1. Strength tests.using the following procedures:
07
a. Secure concrete samples in accordance with ASTM
08
C172. Obtain each sample from a different batch
09
of concrete on a random basis, avoiding selection
10
of test batch other than by a number selected at
11
random before commencement of concrete placement.
12
b. For each strength test mold and cure three
13
cylinders from each sample in accordance with ASTM
14
C31. Record any deviations from requirements on
15
test report.
16
c. Test cylinders in accordance with ASTM C39. Test
17
two cylinders at 28 days for strength test result
18
and one at 7 days for information.
19
1) Strength test result: Average of strengths of
20
two cylinders from the same sample tested at
21
28 days. If one cylinder in a test manifests
22
evidence of improper sampling, molding,
23
handling, curing, or testing, discard;,
24
strength of remaining cylinder shall be
25
considered strength test result. Should both
26
cylinders in a test show any of above defects,
27
discard entire test.
28
d. All concrete; one strength test consisting of 6 IN
29
DIA x 12 IN high cylinders to be taken not less
30
than once a day, nor less than once for each 60 CY
31
or fraction thereof placed in any 1 day.
32
1) If total volume of concrete on project is such
33
that frequency of testing required in above
34
paragraph will provide less than five strength
35
tests, tests shall then be made from at least
36
five randomly selected batches or from each
37
batch if fewer than five batches are provided.
38
39
D. Determine slump of concrete sample for each strength test.
40
Determine slump in accordance with ASTM C143.
41
1. If consistency of concrete appears to vary, the
42
Engineer shall be able to require a slump test for
43
each concrete truck. This practice shall continue
44
until the Engineer deems it no longer necessary.
45
46
E. Determine air content of concrete sample for each strength
47
test in accordance with either ASTM C231, C173, or C138.
48
49
F. Determine temperature of concrete -sample for each strength
50
test.
51
52
3.02 OTHER TESTING SERVICES TO BE PERFORMED BY TESTING AGENCY
53
City of Lubbock, Municipal Water_ Treatment - Contract 4
c
r.,
f
03350-5
01
AS NEEDED
01
!"
02
02
03
A.
Following services to be performed by Testing Agency when
03
04
necessary at no additional cost to Owner:
04
r.
05
1. Additional testing and inspection required because of
05
06
changes in materials or proportions requested by
06
07
Contractor.
07
08
2. Additional testing of materials or concrete occasioned
08
09
by their failure, by test or inspection, to meet
09
10
Specification requirements.
10
11
3. Performstrength test on any concrete to which water
11
12
13
has been added at the jobsite.
4. Other testing services needed or required by
12
13
14
Contractor, such as; field cured test specimens for
14
15
determining when forms, form shoring or reshoring may
15
r"
16
be removed.
16
17
a. An extra strength test is required for concrete
17
18
subject to either live load or shore removal prior
18
19
20
to 28 days after placing concrete.
19
20
21
3.03
DUTIES AND AUTHORITIES OF TESTING AGENCY
21
22
22
r'
23
A.
Testing Agency to inspect, sample and test materials and
23
24
production of concrete as required by these Contract
24
25
Documents and by Engineer. When it appears that any
25
r.,
26
material furnished or work performed by Contractor fails
26
27
to fulfill requirements of the.Contract Documents, Testing
27
28
Agency to report such deficiency to Engineer and
28
29
Contractor.
29
r
30
30
31
B.
Testing Agency to report all test and inspection results
31
32
to Engineer and Contractor immediately after they are
32
r.
33
performed. All test reports to include exact location in
33
34
the work at which batch represented by a test was
34
35
deposited. Reports of strength tests to include detailed
35
36
information on storage and curing of specimens prior to
36
r'
37
testing.
37
38
38
39
C.
Limited Authority of Testing Agency: Any Testing Agency
39
r
40
or agencies and their representatives retained by
40
41
Contractor or Owner for any reason are not authorized to
41
42
revoke, alter, relax, enlarge, or release any requirement
42
43
of Contract Documents, nor to reject, approve or accept
43
7
44
any portion of the Work.
44
45
45
46
3.04
RESPONSIBILITIES AND DUTIES OF CONTRACTOR
146
r.
47
47
48
A.
Provide necessary testing services for qualification of
48
49
proposed materials and establishment of concrete mix
49
50
design(s).
50
51
51
52
B.
Use of Testing Agency and approval by Engineer of proposed
- 52
53
concrete mix design shall in no way relieve Contractor of
53
City of Lubbock, Municipal Water Treatment - Contract 4
7
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
0335.0-6
responsibility to furnish materials and construction in
full compliance with Contract Documents.
C. To facilitate testing and inspection, perform the
following:
1. Furnish any necessary labor to assist Testing Agency
in obtaining and handling samples at site or other
sources of materials.
2. Provide and maintain for sole use of Testing Agency
adequate 'facilities 'for safe storage and proper curing
of concrete test specimens on site for first 24 HRS as
required by ASTM C31.
0. Notify Engineer and Owner's Testing Agency sufficiently in
advance of operations (minimum of 24 HRS) to allow for
completion of quality tests and for assignment of
personnel.
1.05 EVALUATION OF CONCRETE TEST RESULTS
A. Test results for standard molded and cured test cylinders
to be evaluated separately for each concrete mix design.
Such evaluation shall be valid only if tests have been
conducted in accordance with specified quality standards.
For evaluation of potential strength and uniformity, each
mix design shall be represented by at least three strength
tests. A strength test shall be the average of two
cylinders from the same sample tested at 28 days..
B. Acceptance of Concrete:
1. Strength level of specified concrete compressive
strength shall be considered satisfactory if both of
the following requirements are met:'
a. Average of all sets of three consecutive strength
tests equal or exceed the required specified
28-day compressive strength.
b. No individual strength test falls below the
required specified 28-day compressive strength by
more than 500 psi.
3.06 TESTING OF CONCRETE-IN=PLACE
A. In -place testing of concrete may be required by Engineer
when strength of structure is considered potentially
deficient as specified in paragraph 3.07 D.
B. Testing by impact hammer, sonoscope, or other
nondestructive device may be permitted by Engineer to
determine relative strengths at various locations in
structure or for selecting areas to be cored. Such tests
shall not be used as a basis for acceptance or rejection.
C. Core Tests:
City of Lubbock, Municipal Water, Treatment - Contract 4
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
F
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
r
1. Where required, obtain and test cores in accordance
with ASTM C42. If concrete in structure will be dry
under service conditions, air dry cores (temperature
60 to 80 DegF, relative humidity less than 60 percent)
for 7 days before test and test dry. If 'concrete in
structure will be wet or subjected to highmoisture
atmosphere under service'conditions, test cores after
immersion in water for at least 40 WRS and test wet.
Testing wet or dry to be determined by 'Engineer.
2. Take three representative cores from each member or
area of concrete in place that is considered'
potentially deficient. Location of cores shall be
determined by Engineer so at least to impair strength
of structure. If, before testing, one or more of
cores shows evidence of having been damaged subsequent
to or during removal from structure, damaged core
shall be replaced.
3. Concrete in area represented by a core test will be
considered adequate if average strength of three cores
is equal to at least 85 percent of specified strength
and no single core is less than 75 percent of
specified strength.
4. Fill core holes with nonshrink grout.
3.07 ACCEPTANCE OF STRUCTURE
A. Completed concrete work which meets applicable
requirements will be accepted without qualification.
1. Completed concrete work which fails to meet one or
more requirements but which has been repaired to bring
it into compliance will be accepted without
qualification.
2. Completed concrete work which fails to meet one or
more requirements and which cannot be brought into
compliance may be accepted or rejected as provided in
these Contract Documents. In this event,
modifications may be required to assure that concrete
work complies with requirements. Modifications, as
directed by Engineer, to be made at no additional cost
to Owner.
B. Dimensional Tolerances:
1. Formed surfaces resulting in concrete outlines smaller
than permitted by tolerances shall be considered
potentially deficient in strength and subject to
modifications required by Engineer.
2. Formed surfaces resulting in concrete outlines larger
than permitted by tolerances may be rejected and
excess material subject to removal. If removal of
excess material is permitted, accomplish in such a
manner as to maintain strength of section and to meet
all other applicable requirements of function and
appearance.
City of Lubbock, Municipal Water Treatment Contract 4
03350-7
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
03350-8
3. Concrete members cast in wrong location may be
rejected if strength, appearance or function of
structure`is adversely affected or misplaced items
interfere with other construction.
4. Inaccurately formed concrete surfaces exceeding limits
of tolerances and which are exposed to view, may be
rejected. Repair or remove and replace if 'required.
5. Finished slabs exceeding tolerances may be required to
be repaired provided that strength or appearance is
not adversely affected. High spots may be removed
with a grinder, low spots filled with a patching
compound, or other remedial measures performed as
permitted or required.
C. Appearance:
1. Concrete surfaces exposed to view with defects which,
in opinion of Engineer, adversely affect appearance as
required by specified finish shall be repaired by
approved methods.
2. Concrete not exposed to view is not subject to
rejection for defective appearance unless, in the
opinion of the Engineer, the defects impair the
strength or function of the member.
D. Strength of Structure:
1. Strength of structure in place will be considered`
potentially deficient if it fails -.to comply with any
requirements -which control strength of structure,
including but not necessarily limited to following:
a. Low concrete strength as specified in Article
3.05.
b. Reinforcing steel size, configuration, quantity,
strength, position, or arrangement at variance
with requirements in Specification Section 03208 -
Reinforcement, or requirements of the Contract
Drawings or approved shop drawings.
c. Concrete which differs from required dimensions or
location in tuch a manner as to reduce strength.
d. Curing time and procedure not meeting requirements
of these Specifications.
e. Inadequate protection of concrete from extremes of
temperature during early stages of hardening and
strength, development.
f. Mechanical injury, construction fires, accidents
or premature removal of formwork likely to result
in deficient strength.
g. Concrete defects such as voids, honeycomb, cold
joints, spalling, cracking, etc.., likely to result
in deficient strength.
2. Structural analysis and/or additional testing may be
required when strength of structure is considered
potentially deficient.
3. Core tests may be required when strength of concrete
City of Lubbock, Municipal Water Treatment - Contract 4
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
03350-9
O1 in place is considered potentially deficient.
02 4. If core tests are inconclusive or impractical to
03 obtain or if structural analysis does not confirm
04 safety of structure, load tests may be required and
05 their results evaluated in accordance with Chapter 20
06 of ACI 318.
01 5. Correct or replace concrete work judged inadequate by
08 structural analysis or by results of core tests or
09 load tests with additional construction, as directed
10 by Engineer, at Contractor's expense.
11 6. Contractor to pay all costs incurred in providing
12 additional testing and/or structural analysis
13 required.
14
15 END OF SECTION
City of Lubbock, Municipal Water Treatment - Contract 4
O1
02
03
04
05
06
01
08
09
10
11
12
13
14
15
(THIS PAGE LEFT BLANK INTENTIONALLY)
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
91G12 SECTION 09905
PAINTING AND PROTECTIVE COATINGS
PART 1 - GENERAL
A. Section Includes:
1. Painting and protective coatings.
B. Related Sections include but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms, and
Conditions of the Contract.
2. Division 1 - General Requirements.
3. Section 13213- Reservoirs: Steel (Ground Level)
1.02 QUALITY ASSURANCE
A. Referenced Standards:
1. American Society for Testing and Materials (ASTM):
a. E84, Standard Test Method for Surface Burning
Characteristics of Building Materials.
2. National Bureau of Standards (NBS):
a. Certified Coating Thickness Calibration Standards.
3. National Fire Protection Association (NFPA):
a. 101, Life Safety Code.
4. Steel Structures Painting Council (SSPC):
a. SP-3, Power Tool Cleaning.
b. SP-6, Commercial Blast Cleaning.
c. SP-10, Near -White Blast Cleaning.
B. Qualifications:
1. Applicator approved in writing by coating manufacturer or
authorized coating manufacturer's representative.
2. Applicator shall have minimum of 5 years experience in
application of similar products. Provide references for
minimum of three different projects completed in last 5
years. Include name and address of project, size of
project in value (painting) and contact person.
C. Miscellaneous:
1. Furnish paint through one manufacturer when possible.
2. Coating used in all corridors and stairways shall meet
requirements of NFPA 101'and ASTM E84.
1.03 DEFINITIONS
A. Applicator: Individual actually performing work on site.
B. Approved Factory Finish: Finish on a product in compliance
with the finish specified in the section where the product is
City of Lubbock, Municipal Water Treatment - Contract 4
n'16101
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38.
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
r
09905-2
01
specified or in Section 11005, Equipment: General
01
02
Requirements.
02
03
03
04
C.
Exposed Exterior Surface: Surface which is exposed to
04
05
weather but not necessarily exposed to view as well as
05
06
surface exposed to view.
06
07
07
08
D.
Painting Coverage Rate: Coverage expressed in SF/GAL/coat
08
09
are manufacturer's published theoretical coverage in square
09
10
foot per gallon.
10
11
11
12
E.
Paint includes fillers, primers, sealers, emulsions, oils,
12
13
alkyds, latex, enamels, thinners, stains, epoxies, vinyls,
13
14
chlorinated rubbers, coal tars, urethanes, shellacs,
14
15
varnishes, and any other applied coating specified within
15
16
this Section.
16
11
17
18
F.
Surface Hidden from View: Surfaces such as those within pipe
18
19
chases, and between top side of ceilings (including drop -in
19
20
the ceilings) and underside of floor or roof structure
20
21
above.
21
22
22
23
G.
Thinned (when used in regard to VOC contents): In accordance
23
24
with manufacturer's recommendations.
24
25
25
26
H.
VOC: Volatile Organic Compounds.
26
27
27
28
1.04
SUBMITTALS
28
29
29
30
A.
Manufacturer's approval of applicator.
30
31
31
32
B.
Applicator experience qualifications.
32
33
33
34
C.
Approval of application equipment.
34
35
35
36
D.
Painter's weekly record.
36
31
37
38
E.
Manufacturer's recommendation for universal barrier coat.
38
39
39
40
F.
Shop Drawings:
40
41
1. See Section.01340.
41
42
2. Product technical data including:
42
43
a. Acknowledgement that products submitted meet
43
44
requirements of standards referenced.
44
45
b. Manufacturer's application instructions.
45
46
c. Manufacturer's surface preparation instructions.
46
47
d. If products being used are manufactured by Company
47
48
other than listed in Article 2.02, provide complete
48
49
individual cut sheet comparison of proposed products
49
50
with specified products including application
50
51
procedure, coverage rates and verification that
51
52
product is designed for intended use.
52
53
e. Manufacturer's factory -applied finish information.
53
City of Lubbock, Municipal -Water Treatment - Contract 4
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
F
Refer to paragraph 3.02 B.
f. Contractor's written plan of action for containing
airborne particles created by blasting operation and
location of disposal of spent contaminated blasting
media.
g. Coating manufacturer's recommendation on abrasive
blasting.
3. Certification:
a. Coating manufacturer's written approval of
Contractor's application equipment.
G. Samples:
1. Manufacturer's full line of colors for Engineer's color
selection.
2. After initial color selection by Engineer provide two 3 x
5 IN samples of each color selected.
1.05 DELIVERY, STORAGE, AND HANDLING
A. Deliver in original containers, labeled as follows:
1. Name or type number of material.
2. Manufacturer's name and item stock number.
3. Contents, by volume, of major constituents.
4. Warning labels.
5. VOC content.
PART 2 - PRODUCTS
2.01 ACCEPTABLE MANUFACTURERS
A. Subject to compliance with the Contract Documents, the
following Manufacturers are acceptable:
1. Tnemec.
2. Ameron Protective Coatings Div.
3. Glidden Coatings.
4. Valspar Corp.
5. Carboline Protective Coatings.
6. Porter Coatings.
7. PPG.
8. Sherwin Williams.
9. CON -LUX Coatings, Inc.
B. Submit requests for substitution in accordance with
Specification Section 01640.
2.02 MATERIALS
A. All materials used must contain not more than 3.5 LBS/GAL VOC
as applied (in thinned state) unless noted otherwise.
B. For unspecified materials such as turpentine or linseed oil,
provide manufacturer's recommended products.
City of Lubbock, Municipal Water Treatment - Contract 4
09905-3
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
i
09905-4:.
01
01
02
C. Paint Systems - General:
02
03
1. P=prime coat. F1, F2 . Fn = first finish coat,
03
04
second finish coat . . . . nth finish coat, color as
04
05
selected by Engineer.
05
06
2. If two finish coats of same material are required,
06
07
Contractor may, at his option and by written approval
07
08
from paint manufacturer, apply one coat equal to mil
08
09
thickness of two coats specified.
09
10
10
11
D. Products specified are manufactured by Tnemec.
11
12
12
13
E. Paint Systems:
13
14
14
15
1. System #1 - Epoxy-Polyamide Primer with Epoxy-Polyamide
15
16
or Acrylic Polyurethane Enamel Top Coats.
16
17
17
18
Tnemec
18
19
19
20
P1=66-1211'Epoxoline Primer (Epoxy-Polyamide) VOC=3.42
20
21
1 coat, 3 mils
21
22
299 SF/GAL/coat
22
23
F1= Series 66 Hi -Build Epoxoline (Epoxy-Polyamide)
23
24
1 coat, 3 mils
24
25
300 SF/GAL/coat
25
26
*F2= Series 66 Hi -Build Epoxoline (Epoxy-Polyamide)
26
27
1 coat, 3 mils
27
28
300 SF/GAL/coat
28
29
*F2E Series 73 Endura-Shield III (Acrylic VOC=3.50
29
30
Polyurethane Enamel)
30
31
1 coat, 2.5 mils
31
32
372 SF/GAL/coat
32
33
*Replace F2 with HE for exterior environment.
33
34
34
35
2. System #2 - NOT USED
35
36
3. System #3 - Epoxy-Polyamide Primer with Epoxy-Polyamide
36
37
or Acrylic Polyurethane Enamel Top Coats.
37
38
38
39
Tnemec
39
40
40
41
PI -Series 66 Hi -Build Epoxoline VOC=3.42
41
42
(Epoxy-Polyamide)
42
43
1 coat, 2 mils
43
44
450 SF/GAL/coat
44
45
*F1=Series 66 Hi -Build Epoxoline
45
46
(Epoxy-Polyamide)
46
47
1 coat, 2 mils
47
48
450 SF/GAL/coat
48
49
*F1E=Series 73 Endura-Shield III (Acrylic VOC=3.5
49
50
Polyurethane Enamel)
50
51
1 coat, 2.5 mils
51
52
372 SF/GAL/coat
52
53
*Replace F1 with FIE for exterior environment
53
City of Lubbock; Municipal Water -Treatment-- Contract 4
l
09905-5
01
01
02
4. System #4 - NOT USED
02
03
5. System #5 - Moisture -Cured Urethane Primer with
03
04
Epoxy-Polyamide or Acrylic Polyurethane Enamel Top Coats.
04
05
05
06
Tnemec
06
07
07
08
P1=50-330 Poly-Ura-Prime (Moisture -Cured VOC-3.42
08
09
Urethane)
09
10
1 coat, 2.5 mils
10
11
327 SF/GAL/coat
11
12
*F1-Series 66 Hi -Build Epoxoline VOC-3.42
12
13
(Epoxy-Polyamide)
13
14
1 coat, 4 mils
14
15
225 SF/GAL coat
15
16
*F1E-Series 73 Endura-Shield III (Acrylic VOC-3.50
16
17
Polyurethane Enamel)
17
18
1 coat, 4 mils
18
19
233 SF/GAL/coat
19
20
*Replace F1 with FIE for exterior environment.
20
21
21
22
22
23.
23
24
PART 3 - EXECUTION
24
25
25
26
3.01 ITEMS TO BE PAINTED
26
27
27
28
A. Exposed Exterior Surfaces including:
28
29
1. Plain, insulated, or wrapped piping, valves, fittings,
29
30
hydrants, and appurtenances; except when covered by
30
31
lagging.
31
32
2. Ferrous metals.
32
33
33
34
B. Interior Areas Not Considered Finished:
34
35
1. Paint following surfaces in areas not considered as
35
36
finished area:
36
37
a. Plain, insulated or wrapped, piping, valves,
37
38
fittings, and appurtenances except when covered by
38
39
lagging.
39
40
b. Plain, insulated or wrapped, ductwork and
40
41
appurtenances except when covered by lagging.
41
42
c. Structural steel.
42
43
d. Miscellaneous ferrous metal.
43
44
44
45
C. New and/or Existing Equipment:
45
46
1. Paint new and/or existing equipment, except:
46
47
a. Where noted in Article 3.02.
47
48
b. Where specified elsewhere in the Contract Documents.
48
49
49
50
3.02 ITEMS NOT TO BE PAINTED
50
51
51
52
A. General: Do not paint items listed in Article 3.02 unless
52
53
specifically noted in the Contract Documents to be painted.
53
i City of Lubbock, Municipal Water Treatment - Contract 4
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
09905-6
B. Items with Approved Factory Finish:
1. Do not field paint items with Approved Factory Finishes,
as defined; including the following:
a. Furniture.
b. Laboratory case work.
c. Metal toilet partitions.
d. Kitchen units.
e. Lockers.
f. Shop and storage equipment.
g. HVAC equipment.
h. Access flooring.
i. Wire mesh partitions.
C. Electrical Equipment:
1. Do not field paint certain items of electrical equipment
as listed in Section 11005; except where painting is
specifically stated elsewhere in these Contract
Documents, or where the equipment is subject to a
corrosive environment. The list of equipment includes
specific types of equipment with Approved Factory
Finishes.
3.03 SCHEDULE OF ITEMS TO BE PAINTED VERSUS PAINTING SYSTEMS
PAINTING
SYSTEM
NUMBER
A. Ferrous Metals: 1
1. Except structural steel, steel joist, galvanized.
steel, steel doors, steel door and window frames,
and products with approved factory finishes, and
ferrous metals subject to corrosive environment.
2. Includes steel piping, steel stairs and similar
items.
3. Unless specified elsewhere.
B. Steel equipment with factory -applied prime or finish 5
including:
1. Equipment specifically indicated in the Contract
Documents to be painted. Factory -applied coats to
remain.
C. Pipe, Valves, and Fittings:
1. Steel and cast-iron.
3.04 PREPARATION
1
A. General:
1. Prepare surfaces to be painted in accordance with coating
manufacturer's instructions and this Section, unless
specified elsewhere.
City of Lubbock, Municipal Water Treatment - Contract 4
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
r
r
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
7
2. Remove all dust, grease, oil, compounds, dirt and other
foreign matter which would prevent bonding of coating to
surface.
B. Protection:
1. Protect surrounding surfaces not to be coated.
2. Remove and protect hardware, accessories, plates,
fixtures, finished work, and similar items; or provide
ample in -place protection.
C. Prepare and Paint Before Assembly: Where equipment is
subject to corrosive environment, prepare and paint, before
assembly, all surfaces which may be subject to corrosive
environment which are inaccessible after assembly.
D. Ferrous Metal:
1. Complete fabrication, welding or burning before beginning
surface preparation.
a. Chip or grind off flux, spatter, slag or other
laminations left from welding.
b. Remove mill scale.
c. Grind smooth rough welds and other sharp projections.
2. Interior and exterior surfaces (including structural
steel surfaces):
a. Commercial blast clean in accordance with SSPC
SP-10.
3. Bituminous coated ductile iron pipe: Commercial blast
clean in accordance with SSPC SP-10.
E. Concrete:
1. Cure for minimum of 28 days.
2. Verify that moisture content is below 8 percent.
F. Preparation by Abrasive Blasting:
1. Schedule the abrasive blasting operation so blasted
surfaces will not be wet after blasting and before
painting.
2. Reblast surfaces allowed to set overnight prior to
priming or surfaces that show rust bloom.
3. Profile depth of blasted surface: Not less than 1 mil or
greater than 2 mils unless noted otherwise by coating
manufacturer.
4. Provide compressed air for blasting that is free of water
and oil. Provide accessible separators and traps.
5. Confine blast abrasives to area being blasted.
a. Provide shields of polyethylene sheeting or other
such barriers to confine blast material.
b. Plug pipes, holes, or openings before blasting and
keep plugged until blast operation is complete and
residue is removed.
6. Protect nameplates, valve stems, rotating equipment,
motors and other items that may be damaged from blasting.
7. Reblast surfaces not meeting requirements of these
City of Lubbock, Municipal Water Treatment - Contract 4
09905-7
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
7
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
09905-8
Specifications.
8. Do not reuse abrasive blasting material.
9. Properly dispose of blasting material which has been
contaminated with debris from blasting operation.
G. Take samples of existing paint film, which is to be removed
by abrasive blasting, and have samples tested by a testing
laboratory to determine if existing paint film contains lead,
asbestos or any other health hazard. If existing paint film
is found to contain lead, asbestos, or any other health
hazard, notify the Engineer immediately. Contractor shall
prepare plan of action for safe removal of contaminated.
paint.
3.05 APPLICATION
A. General:
1. Mix and apply coatings by brush, roller, or spray in
accordance with manufacturer's installation instructions.
a. Application equipment must be inspected and approved
in writing by coating manufacturer.
2. Temperature and Weather Conditions:
a. Do not paint surfaces when surface temperature is
below 50 DegF.
b. Avoid painting surfaces exposed to hot sun.
c. Do not paint on damp surfaces.
3. Provide complete coverage ,to mil thickness specified.
a. Thickness specified is dry mill thickness.
b. All paint systems are "to cover." In situations of
discrepancy between manufacturer's square footage
coverage rates and mil thickness, mil thickness
requirements govern.
c. When color or undercoats show through, apply
additional coats until paint film is of uniform
finish and color.
4. If so directed by Engineer, do not apply consecutive
coats until Engineer has had an opportunity to observe
and approve previous coats.
5. Apply materials under adequate illumination.
6. Evenly spread and flow on to provide full, smooth
coverage.
7. Work each application of material into corners, crevices,
Joints, and other difficult to work areas.
8. Avoid degradation and contamination of blasted surfaces
and avoid intercoat contamination.
a. Clean contaminated surfaces before applying next
coat
9. Smooth out runs or sags immediately, or remove and
recoat entire surface.
10. Allow preceding coats to dry before recoating.
a. Recoat within time limits specified by coating
manufacturer.
11. Allow coated surfaces to cure prior to allowing traffic
City of Lubbock, Municipal Water Treatment - Contract 4
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
r
7
F
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
or other work to proceed.
B. Prime Coat Application:
1. Prime all surfaces indicated to be painted. Touch up
damaged primer coats prior to finish coats. Restore
primed surface equal to surface before damage.
2. Ensure field -applied coatings are compatible with
factory -applied coatings.
a. Employ services of coating manufacturer's qualified
technical representative to determine if
factory -applied coatings are compatible with proposed
field -applied coatings. If factory -applied coating
is found to be not compatible with proposed
field -applied coatings, require the coating
manufacturer's technical representative to recommend,
in writing, product to be used as barrier coat,
thickness to be applied, surface preparation, and
method of application.
b. At Contractor's option, factory -applied coatings may
be removed, surface reprepared, and new coating
applied using appropriate paint system listed in
paragraph 2.02 E.
3. Apply primer to abrasive blasted surface the same day the
surface is blasted and before rust bloom occurs.
4. Prime ferrous metals embedded in concrete to minimum of 1
IN below exposed surfaces.
5. Apply zinc -rich primers while under continuous agitation.
6. Ensure abrasive blasting operation does not result in
embedment of abrasive particles in paint film.
7. Brush or spray bolts, welds, edges and difficult access
areas with primer prior to primer application over entire
surface.
8. Backroll concrete surfaces with a roller if primer
has been spray applied.
C. Finish Coat Application:
1. Apply finish coats in accordance with coating
manufacturer's written instructions and as written in
this Section.
2. Touch up damaged finish coats using same application
method and same material specified for finish coat.
Prepare damaged area in accordance with Article 3.04.
3.06 FIELD QUALITY CONTROL
A. Maintain daily record showing:
1. Start date and time of work in each area.
2. Date and time of application for each following coat.
3. Moisture content of substrate.
4. Provisions utilized to maintain temperature and humidity
of work area within manufacturer's recommended ranges.
City of Lubbock, Municipal Water Treatment Contract 4
09905-9'
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
!'•11mIs
O1
B.
Measure wet paint with wet film thickness gages.
02
03
C.
Measure paint dry film thickness with Mikrotest gage
04
calibrated against National Bureau of Standards "Certified
05
Coating Thickness Calibration Standards."
06
1. Engineer may measure paint thickness at any time during
07
project to assure conformance with specifications.
08
09
D.
Measure surface temperature of items to be painted with
10
surface temperature gage specifically designed for such.
11
12
E.
Measure substrate humidity with humidity gage specifically
13
designed for such.
14
15
F.
Provide wet paint signs.
16
17
`3.07
CLEANING
18
19
A.
Clean paint spattered surfaces. ,Use care not to damage
20
finished surfaces.
21
22
B.
Upon completion of painting, replace hardware, accessories,
23
plates, fixtures, and similar items.
24
25
C.
Remove surplus materials, scaffolding, and debris. Leave
26
areas broom clean.
27
28
29
END OF SECTION
City of Lubbock, Municipal Water Treatment - Contract 4
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
F
F
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
I
9OH16 SECTION 11005
EQUIPMENT: GENERAL REQUIREMENTS
PART 1 - GENERAL
1.01 SUMMARY
A. Section Includes:
1. Requirements of this Section apply to all equipment
provided on the Project including that found in Divisions
11, 12, 13, 14, 15, and 16, even if not specifically
referenced in individual "Equipment" articles of those
Specifications.
B. Related Sections include but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms, and
Conditions of the Contract.
2. Division 1 - General Requirements.
3. Section 03308 - Concrete, Materials and Proportioning.
4. Section 09905 - Painting and Protective Coatings.
5. Section 15060 - Pipe and Pipe Fittings: General
Requirements.
1.02 QUALITY ASSURANCE
A. Referenced Standards:
1. American Society for Testing and Materials (ASTM):
a. A307, Standard Specification Carbon Steel Bolts and
Studs, 60,000 psi Tensile Strength.'
b. F593, Standard Specification for Stainless Steel
Bolts, Hex Cap Screws, and Studs.
2. National Electrical Manufacturers Association (NEMA):
a. 250, Enclosures for Electrical Equipment.
b. ICS 6, Enclosures for Industrial Control and System.
3. National Fire Protection Association (NFPA):
B. Miscellaneous:
1. A single manufacturer of a "product" to be selected and
utilized uniformly throughout Project even though:
a. More than one manufacturer is listed for a given
"product" in Specifications.
b. No manufacturer is listed.
2. Equipment, electrical assemblies, related electrical
wiring, instrumentation, controls, and system components
shall FULLY comply with specific NEC area and NEMA 250
and ICS-6 designations.
1.03 DEFINITIONS
A. Product: Manufactured materials and equipment.
City of Lubbock, Municipal Water Treatment- Contract 4
11005-1
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
11005-2
B. Major Equipment Supports - Supports for Equipment:
01
1. Located on or suspended from elevated slabs with
02
supported equipment weighing 2000 LBS or greater, or:
03
2. Located on or suspended from roofs with supported
04
equipment weighing 500 LBS or greater, or:
05
3. Located on slab -on -grade or earth supported with
06
equipment weighing 5000 LBS or more.
07
08
C. Equipment: One or more assemblies capable of performing a
09
complete function. Mechanical, electrical,
10
instrumentation or other devices requiring an electrical,
11
pneumatic, electronic or hydraulic connection. Not
12
limited to items listed under "Equipment" article within
13
specifications.
14
15
1.04 SUBMITTALS
16
17
A. Shop Drawings:
18
1. General for all equipment:
19
a. See Section 01340.
20
b. Acknowledgement that products submitted comply with
21
the requirements of the standards referenced.
22
c. Sample form letter for equipment field certification.
23
d. Certification that equipment has been installed
24
properly, has been initially started up, has been
25
calibrated and/or adjusted as required, and is ready
26
for operation.
27
e. Manufacturer's delivery, storage, handling, and
28
installation instructions.
29
f. Equipment identification utilizing numbering system
30
and name utilized in Drawings.
31
g. Equipment installation details:
32
1) Location of anchorage.
33
2) Type, size, and materials of construction of
34
anchorage.
35
3) Anchorage setting templates.
36
4) Manufacturer's installation instructions.
37
h. Equipment area classification rating.
38
i. Shipping and operating weight.
39
j. Equipment physical characteristics:
40
1) Dimensions (both horizontal and vertical).
41
2) Materials of construction and construction
42
details.
43
k. Equipment factory primer and paint data.
44
1. Manufacturer's recommended spare parts list.
45
m. Equipment lining and coatings.
46
n. Equipment utility requirements include air, natural.
47
gas, electricity, and water.
48
2. Electrical and control equipment:
49
a. Certification from equipment manufacturer that all
50
manufacturer supplied control panels that interface
51
in any way with other controls or panels have been
52
submitted to and coordinated with the
53
City of Lubbock, Municipal Water Treatment - Contract 4
r-
F
F
F
F
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
11005-3
supplier/installer of those interfacing systems.
01
b. Control panels:
02
1) Panel construction.
03
2) Point-to-point wiring diagrams.
04
3) Scaled panel face and subpanel layout.
05
4) Technical product data on panel components.
06
5) Panel and subpanel dimensions and weights.
07
6) Panel access openings.
08
7) Nameplate test.
09
8) Panel anchorage.
10
c. Certification prior to Project closeout that
11
electrical panel drawings for manufacturer -supplied
12
control panels truly represent panel wiring including
13
any field -make modifications.
14
15
B. Operations and Maintenance Manuals:
16
1. See Section 01340.
17
18
19
PART 2 - PRODUCTS
20
21
2.01 ACCESSORIES
22
23
A. Guards:
24
1. Provide each piece of equipment having exposed moving
25
parts with full length, easily removable guards, meeting
26
OSHA requirements.
27
2. Interior applications:
28
a. Construct from expanded galvanized steel rolled to
29
conform to shaft or coupling surface.
30
b. Utilize non -flattened type 16 GA galvanized steel
31
with nominal 1/2 IN spacing.
32
c. Connect to equipment frame with hot -dip galvanized
33
bolts and wing nuts.
34
3. Exterior applications:
35
a. Construct from 16 GA stainless steel or aluminum.
36
b. Construct to preclude entrance of rain, snow, or
37
moisture.
38
c. Roll to conform to shaft or coupling surface.
39
d. Connect to equipment frame with stainless steel bolts
40
and wing nuts.
41
42
B. Anchorage:
43
1. Cast -in -place anchorage:
44
a. Provide ASTM F593, Type 316 stainless steel anchorage
45
for exposed equipment.
46
b. For continuously submerged anchorage, utilize ASTM
47
A307 anchorage. For intermittently submerged
48
applications, use 316 stainless steel.
49
c. Configuration and number of anchor bolts shall be per
50
manufacturer's recommendations.
51
d. Provide two nuts for each bolt.
52
2. Drilled anchorage:
53
City of Lubbock, Municipal Water Treatment`- Contract 4
F
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
11005-4
a. Epoxy grout per Section 03308.
b. Threaded rods same as cast -in -place.
C. Data Plate:
1. Attach a stainless steel data plate to each piece of
rotary or reciprocating equipment. Permanently stamp
information on data plate including manufacturer's name,
equipment operating parameters, serial number and speed.
D. Gages:
1. Provide gages at locations shown or specified in
accordance with Section 15060.
2.02 FABRICATION
A. Design, fabricate, and assemble,equipment in accordance with
best modern engineering and shop practices.
B. Manufacture individual parts to standard sizes and gages so
that repair parts, furnished at any time, can be installed in
field.
C. Furnish like parts of duplicate units to be interchangeable.
D. Ensure that equipment has not been in service at any time
prior to delivery, except as required by tests.
E. Furnish equipment which require periodic internal inspection
or adjustment with access panels which will not require
disassembly of guards, dismantling of piping or equipment or
similar major efforts. Quick opening but sound, securable
access ports or windows shall be provided for inspection of
chains, belts, or similar items.
F. Provide common, lipped base plate mounting for equipment and
equipment motor where said mounting is a manufacturer's
standard option. Provide drain connection for 3/4 IN PVC
tubing.
G. Machine the mounting feet of rotating equipment.
2.03 SHOP OR FACTORY PAINT FINISHES
A. Electrical Equipment:
1. Unless otherwise specified, the standard factory -applied
paint coating system(s), of the listed approved
manufacturers, of motor control centers, panel boards,
transformers, switchboards, and engine generator sets,
are acceptable.
2. As an alternate to the acceptable standard
factory -applied paint coating systems, a manufacturer may
provide a paint coating system in accordance with Section
09905.
City of .Lubbock, Municipal Water. Treatment - Contract 4
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
f
7
L
O1
02 B. Other Equipment: In accordance with Section 09905.
03
04
05 PART 3 EXECUTION
06
07 3.01 FIELD PAINTING AND PROTECTIVE COATINGS
08
09 A. For required field painting and protective coatings, comply
10 with Section 09905.
11
12 3.02 WIRING CONNECTIONS AND TERMINATION
13
14 A. Clean wires before installing lugs and connectors.
15
16 B. Connections to carry full ampacity of conductors without
17 temperature rise.
18
19 3.03 DEMONSTRATION
20
21 A. Demonstrate equipment in accordance with Section 01650.
22
23 END OF SECTION
City of Lubbock, Municipal Water Treatment - Contract 4
11005-5
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
(THIS PAGE LEFT BLANK INTENTIONALLY)
r
O1 91B18 SECTION 13213
02
03 RESERVOIRS: STEEL (GROUND LEVEL)
04
05
06 PART 1 - GENERAL
07
08 1.01 SUMMARY
09
10 A. Section Includes:
11 1. Ground level steel water storage reservoirs.
12
13 B. Related Sections include but are not necessarily limited
14 to:
15 1. Division 0 - Bidding Requirements, Contract Forms, and
16 Conditions of the Contract.
17 2. Division 1 - General Requirements.
18 3. Section 09905 - Painting and Protective Coatings.
19
20 1.02 QUALITY ASSURANCE
21
22 A. Referenced Standards:
23 1. American Water Works Association (AWWA):
24 a. D100, Standard for Welded Steel Elevated
25 Tanks, Standpipes, and Reservoirs for Water Storage
26 (including Appendices)
27 b. D102, Standard for Painting and Repainting
28 Steel Tanks, Standpipes, Reservoirs, and Elevated
29 Tanks for Water Storage.
30 C. C652, Standard for Disinfection of Water -Storage
31 Facilities.
32 2. National Electrical Manufacturers Association (NEMA).
33 3. National Sanitation Foundation (NSF):
34 a. 61, Drinking Water System Components -Health
35 Effects.
36 4. Steel Structures Painting Council (SSPC):
37 a. SP-6, Commercial Blast —Cleaning.
38 b. SP-8, Pickling.
39 c. SP-10, Near -White Metal Blast Cleaning.
40 5. Occupational, Health and Safety Administration (OSHA).
41
42 1.03 SUBMITTALS
43
44 A. Shop Drawings
45 1. See Section 01340.
46 2. Product technical data including:
47 a. Acknowledgement that products submitted meet
48 requirements of standards referenced.
49 b. Manufacturer's installation instructions.
50 c. Design data:
51 1) Design calculations or analysis on tank
52 including design of foundation, signed and
53 sealed by a licensed structural engineer
City of Lubbock, Municipal Water Treatment - Contract 4
13213-1
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
r
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
13213-2
registered in state where tank is to be
installed.
3. Fabrication and/or erection drawings:
a. Include construction details and materials of
construction.
b. Furnished equipment drawings, and electrical
diagrams.
4. Certificates:
a. Manufacturers list of five similar size and type
tanks. Include location, size, configuration and
owner.
b. Mill test reports.
c. Affidavits of Compliance to required codes.
d. Submit to Engineer certification of compliance
with inspection requirements of AWWA D100,
Appendix C.
5. Test Reports:
a. Radiographic inspection.
B. Operation and Maintenance Manuals:
1. See Section 01340.
C. With reference to the painting system, submit the following.
items:
1. A list of coating materials giving the manufacturer's
name, product name and'product line'number for each
material.
2. Two copies of manufacturer's technical data sheet for
each coating giving descriptive data, curing time,
mixing, thinning and application instructions.
3. Copy of approval letters for paint material issued by any
of the agencies referred to in paragraph 1.02 of this
Section.
4. Manufacturer's full line of colors for Owner's color
selection. Final approval painted samples 3 inches x 6
inches on material similar,to material to receive paint.
Samples shall show all colors, textures and finishes to be
used with brand names of manufacturer noted on the back of the
sample.
5. Affidavit of compliance that the work and materials meet
the applicable requirements of AWWA D102 and NSF 61.
D. Within 30 days after award of Contract, furnish Drawings of
the proposed cathodic protection system for review by the
Engineer.
1.03 DELIVERY, STORAGE, AND HANDLING
A. Handle and store steel members aboveground on platforms,
skids or other supports. "Keep members free of dirt, grease
and other foreign material and protect against corrosion.
Store other materials in watertight dry place until ready for
use. Store packaged materials in their original unbroken
City of Lubbock, Municipal Water Treatment - Contract 4
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01
packages or containers.
02
03
PART 2
- PRODUCTS
04
05
2.01
ACCEPTABLE MANUFACTURERS
06
07
A.
Subject to compliance with the Contract Documents, the
08
following Manufacturers are acceptable:
09
1. Reservoirs:
10
a. Chicago Bridge & Iron Company, Chicago, Illinois.
11
b. Pittsburgh -Des Moines Steel Company, Des Moines,
12
Iowa.
13
c. Or approved equal.
14
2. Cathodic protection:
15
a. Cathodic Protection Services.
16
b. Harco.
17
c. Or approved equal.
18
3. Rectifiers:
19
a. General Instrument Corporation.
20
b. General Electric.
21
c. Or approved equal.
22
4. Exterior painting system:
23
a. Primer:
24
1) Tnemec: Series 20-1255, 4.0 to 6.0 dry mils.
25
2) Koppers: 294, 1.0 to 2.0 dry mils.
26
3) Valspar: 13-R-56, 2.0 to 3.0 dry mils.
27
b. Finish coat:
28
1) Tnemec: Series 7.0, 1.5 to 2.5 dry mils.
29
2) Koppers: 1122B, 1.5 to 2.5 dry mils.
30
3) Valspar: 40 Series, 5.1 dry mils.
31
5. Interior painting system:
32
a. Primer:
33
1) Tnemec: Series 20-1255, 4.0 to 6.0 dry mils.
34
2) Koppers: '294, 1.0 to 2.0 dry mils.
35
3) Valspar: 48-D-7PW, 4.0 to 6.0 dry mils.
36
b. Finish coat:
37
1) Tnemec: Series 20-2000, 4.0 to 6.0 dry mils.
38
2) Koppers: 200HB, 5.0 to 7.0 dry mils.
39
3) Valspar: 48-D-3PW, 4.0 to 6.0 dry mils.
40
41
B.
Submit requests for substitution in ,accordance with
42
Specification Section 01640.
43
44
2.02
PERFORMANCE AND DESIGN REQUIREMENTS
45
46
A.
Capacity: Design reservoir with the following
47
characteristics:
48
1. Liquid volume 6.0 million gallons.
49
2. Inside diameter: 211 FT.
50
3. Liquid depth: 23 FT.
51
4. Floor elevation 3253 MSL.
52
5. Overflow elevation 3276 MSL.
53
City of Lubbock, Municipal Water Treatment - Contract 4
13213-3'
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
r
13213-4
01
B.
Design steel reservoir in accordance with AWWA D100.
01
02
Contractor may elect to furnish reservoir in accordance
02
03'
with Appendix C of AWWA D100.
03
04
04
05
C.
Design tank as cylindrical above -ground metal tank of
05
06
all -welded construction. Design roof as low cone type
06
01
with maximum slope of 3/4 IN in 12 IN. Provide columns
07
08
and structural framing. Provide transition Knuckle
08
09
between shell and roof constructed of butt -welded plates a
09
10
minimum 1/4 inch in thickness, curved to a radius of 3
10
11
feet in radial direction. Form Knuckle plates to tank
11
12
radius in circumferential direction.
12
13
13
14
D.
Where not indicated, design reservoir walls, foundations,
14
15
and bottoms in accordance with the allowable soil bearing
15
16
pressures, equivalent fluid pressures and other
16
17
recommendations of the soils report. Design foundations
17
18
with the centroids of superimposed loads in their actual
18
19
locations. Design tank bottoms to adequately resist the
19
20
effect of possible differential settlement between
20
21
subgrade under tank foundations and subgrade under
21
22
remaining portions of tank bottom slabs or plates.
-22
23
23
24
2.03
ACCESSORIES
24
25
25
26
A.
Shell Manholes:
26
27
1. Provide one 24 IN DIA manhole in the lowest ring of
27
28
the reservoir shell in accordance with AWWA D100.
28
29
2. Provide one 4 FT flush -type cleanout manway in
29
30,
accordance with API-650 and AWWA D100.
30
31
3. Furnish rubber gasketed coverplates, hinged to swing
31
32
-horizontally on a davit for ease in opening.
32
33
4. Reinforce opening or design steel plate so that all
33
34
stresses around the opening are provided for.
34
35
35
36
B.
Outside Tank Ladder:
36
37
1. Provide one steel ladder extending from the reservoir
37
38
bottom to the reservoir top.
38
39
2. Ladder may be vertical, but must not have backward
39
40
slope at any point.
40
41
3. Construct side of ladder of bars not less than 2 x 3/8
41
42
IN in size spaced at 18 IN.
42
43
4. Construct rungs of round or square bars not less than
43
44
3/4 IN in size spaced at 12 IN intervals.
44
45
5. Attach ladder to shell of the reservoir with brackets
45
46
placed at intervals not to exceed 6 FT.
46
47
6. Design ladder to meet or exceed OSHA standards.
47
48
48
49
C.
Inside Tank Ladder:
49
50
1. Provide one steel ladder extending from the reservoir
50
51
bottom to the reservoir top.
51
52
2. Ladder may be vertical, but must not have backward
52
53
slope at any point.
53
City of Lubbock, Municipal Water Treatment - Contract 4
is
�.
01
3.
Construct side of ladder of bars not less than 2 x 3/8
02
IN in size spaced at 18 IN.
03
4.
Construct rungs of round or square bars not less than
04
3/4 IN in size spaced at 12 IN intervals.
05
5.
Attach ladder to top and bottom of the reservoir with
06
appropriate brackets.
07
6.
Design ladder to meet or exceed OSHA standards.
l
08
09
D.
Roof Hatches:
r
10
1.
Provide two roof hatches.
I
11
2.
Furnish one roof hatch located above high water line
12
and as shown on Drawings.
13
14
3.
4.
Locate roof hatch within reach of outside tank ladder.
Furnish hatch with opening as shown on Drawings and a
15
curb at least 6 IN high.
16
5.
Overlap the curb with the cover at least 2 IN.
17
6.
Provide cover with hinges and locking clasp suitable
18
for use with Owner -furnished padlocks.
19
7.
Provide on 24 IN DIA ventilation roof hatch with curb
C
20
21
and cover similar to other roof hatches at location
shown on Drawings.
22
23
E.
Vent:
24
1.
Provide suitable vent(s) located near apex of roof.
25
2.
Size vent(s) to prevent developing dangerous pressures
26
at any time during filling or emptying of tank.
,.
27
3.
Design vent for a maximum withdrawal rate of 42,000
28
gpm and maximum fill rate of 42,000 gpm.
29
4.
Design vent to be weatherproof and to exclude birds,
30
animals, and insects using maximum 16 x 16
31
non -corrodible mesh screen.
32
5.
Ensure fail-safe operation if the screens are clogged
33
or frosted over. .
34
6.
Insure vents may be easily dismantled to clean the
35
screens.
36
37
F.
Inlet
Pipe:
38
1.
Provide inlet assembly as shown on Drawings.
39
2.
Construct inlet pipe of welded steelpipe with a
40
minimum wall thickness of 0.375 IN.
41
3.
Coat exterior of submerged part with interior paint
42
described in paragraph 2.01 of this Section.
43
44
G .
Outlet
Pipe:
r„
45
1.
Provide outlet assembly as shown on Drawings.
46
2.
Construct outlet pipe of welded steel pipe with a
47
minimum wall thickness of 0.406 IN.
48
49
H.
Overflow
Pipe:
50
1.
Provide 42 IN DIA overflow pipe outside tank as shown
�.,
51
on Drawings.
1.
52
2.
Construct overflow pipe of welding steelpipe with a
53
minimum wall thickness of 0.375 IN.
p;
City of Lubbock, Municipal water Treatment - Contract 4
13213-5
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
13213-6
3. Provide expansion joints in overflow pipe at locations
to permit motion of the pipe due to temperature
changes.
4. Provide 24 mesh noncorrodible screen installed at an
accessible point within the pipe to prevent ingress of
birds or animals.
5. Design overflow for a minimum capacity of 42,000 gpm.
6. Provide steel overflow inlet assembly as shown on
Drawings.
7. Grind edge of connection of overflow pipe to overflow
inlet assembly to eliminate sharp edges.
8. Attach overflow pipe to tank shell as shown on
Drawings.
9. Coat exterior of submerged pipe with interior paint
described in paragraph 2.01 of this Section.
I. Safety Equipment:
1. Provide safety cables and appurtenances for outside
tank ladder equal to Saf-T-Climb equipment by Air
Spaces Devices Inc.
J. Paint Trolley:
1. Provide a painter's
reservoir.
2.04 CATHODIC PROTECTION
trolley track on the inside of the
A. General: Equip steel reservoir with properly designed,
installed and calibrated automaticpotential control
systems. The automatic potential control systems shall
regulate the applied cathodic protection current to
maintain a pre -selected tank surface potential measured
against a standard reference electrode positioned within
one inch of the tank surface. Install cathodic protection
equipment in accordance with AWWA D100. Furnish cathodic
protection system designed for maintenance -free anode life
of 10 years.
B. Power Unit: Provide power unit consisting of necessary
rectifiers, transformers, control circuitry, meters,
wiring and appurtenances of adequate capacity to meet the
tank protection requirements of the structure as
established by a competent engineering survey of the
facilities. Design power unit for single phase, 60 HZ,
110-120 V AC. The power unit shall be rated to operated
at an ambient temperature of 45 DegC. Include as part of
the power unit, a circuit breaker for the AC supply and an
overload relay for the rectifier in the DC circuit. The
entire power unit shall be fully field serviceable.
C. Efficiency: 'The overall efficiency of the power unit
shall exceed 65 percent, and the power factor shall exceed
90 percent at full load and rated voltage of the power
City of Lubbock, Municipal Water Treatment - Contract 4
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
13213-7
01
unit, in the conversion of AC to DC. The power factor
01
02
shall be greater than 85 percent at outputs exceeding 25
02
percent of the rated capacity.
003 4
003
4
05
D.
Transformers: Provide transformers with primary winding
05
06
of proper design for the AC voltage available, or the
06
07
proper step-down transformer. Provide air-cooled
07
08
isolation transformers housed so that an adequate
08
09
air-cooling environment is provided. Cover transformers
09
10
with at least three coats of moisture and
10
is
11
atmosphere -resistant electric varnish.
11
12
12
13
E.
Rectifiers: Provide air-cooled rectifier stacks of the
13
14
approved slenium or silicon type. Furnish rectifier
14
15
stacks with adequate cooling fins so that their normal
15
16
temperature rise at rated capacity will not exceed the
16
r,
17
specifeid by NEMA and by the manufacturer of the rectifier
17
.
18
stacks for cathodic protection service.
18
19
19
20
F.
Control Circuitry: Provide cathodic protection system
20
21
control unit with ability to regulate its direct current
21
22
output in the following three ways:
22
23
1. Manual operation shall permit uniform adjustment over
23
C
24
the full rectifier capacity, from 0 to 100 percent,
24
25
without transformer taps.
25
26
2. Automatic operation, using a potentiostat control
26
f 27
where in the the current output is automatically
27
28
adjusted to maintain the structure at a pre -selected
28
29
potential with reference to a standard reference
29
.,
30
electrode positioned contiguous to the structure.
30
31
3. Automatic operation, using potentiostat control
31
32
wherein the current output is automatically adjusted
32
33
to maintain the structure polarized potential, free of
33
PM
34
IR drop, at a pre -selected value utilizing standard
34
35
refernece electrodes positioned at a considerable
35
36
distance from the structure. The polarized potential
36
37
38
is continuously monitored with no interruption of the
applied current.
37
38
39
39
40
G.
Reference Electrodes: Provide standard reference
40
41
electrodes capable of a reproducible potential and capable
41
..
42
of remaining stable for a minimum of two years.
42
43
43
r
44
H.
Panelboard:
44
L
45
1. The panelboard shall be of an electrical insulating
45
46
material having suitable thickness and mechanical
46
47
strength.
47
48
2. Mount accurate DC meters on the panelboard for
48
49
indicating output of rectifier.
49
50
3. There shall be one DC voltmeter.
50
�—
51
4. Each DC circuit shall have a separate ammeter.
51
52
5. Include a potential indicating voltmeter on
52
53
panelboard. This voltmeter shall be a part of the
53
r•
City of Lubbock, Municipal Water Treatment - Contract 4
13213-8
01
sensing circuit and shall continuously indicate the
01
02
structure potential value which the control system is
02
03
maintaining.
03
04
04
05
1.
Power Unit Wiring: Use wire meeting requirements of the
05
06
NEC for the allowable carrying capacities of copper wires.
06
07
07
08
J.
Cabinet:
08
09
1. Mount power unit in a metal cabinet suitable for
09
10
outdoor use, adequately ventilated and with provision
10
11
for locking.
11
12
2. Install cabinets for tank as shown on Drawings.
12
13
13
14
K.
Anodes:
14
15
1. Provide permanode anode system consisting of
15
16
platinized niobium anodes with minimum diameter of
16
17
0.062 IN.
17
18
2. Attach anodes to buoyant structure maintaining anodes
18
19
in totally submerged condition below minimum water
19
20
level by flexible attachment to tank walls or roof
20
21
thereby preventing ice accumulation and damage to
21
22
anodes.
22
23
3. Anode and reference electrode lead wires shall enter
23
24
tank through pressure tight fittings.
24
25
•25
26
L.
Positive Wire:
26
27
1. Use rubber or synthetic covered wire, run in
27
28
galvanized rigid steel conduit, for the positive
28
29
wire from the power unit to the anode circuits.
29
30
2. Use copper, wire of sufficient size to conduct an
30
31
amperage equal to at least 150 percent of the rated
31
32
amperage for the power unit.
32
33
3. The size used shall be as established by the National
33
34
Electrical Code for the allowable current -carrying
34
35
capacity.
35
36
4. The conduit shall be secured to the structure at
36
37
intervals of not more than 10 FT.
37
38
38
39
M.
Ground Wire:
39
40
1. Ground the negative lead from the power unit to the
40
41
tank or to a metal structure which is electrically
41
42
continuous with the tank.
42
43
43
44
N.
A power supply voltage consisting of a 120 volt, single
44
45
phase, 20 amp circuit will be furnished to the AC input terminals
45
46
on the power unit from Contract 1. Run the DC line fromthe46
47
power unit to the tank.
47
48
48
49
0.
Miscellaneous Materials:
49
50
1. Provide all other incidentals necessary for a
50
51
completely satisfactory installation in keeping with
51
52
local electrical codes and practices and subject to
52
53
approval by Owner.
53
City of Lubbock, Municipal Water Treatment - Contract 4
r
7
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
P. Provide NACE certified technician for cathodic protection
system equipment start-up.
2.05 FABRICATION
A. Fabricate tank in accordance with AWWA DIOO, including
Appendix C.
B. Erect tank in accordance with AWWA D100 and manufacturer's
recommendations.
C. Provide continuous non -shrink grout between underside of
steel reservoir bottom plate and top of exterior
foundation wall. Non -shrink grout shall be pre -mixed,
non-metallic, non -corrosive and non -staining, which
contains cement shrinkage -compensating agents,
plasticizing and water -reducing agents. The non -shrink
grout shall be "Supreme Grout" as manufactured by
Gifford -Hill and Co., Inc., Charlotte, NC. The non -shrink
grout shall have a minimum compressive strength at 28 days
of 10,000 psi. The exposed areas of the in -place grout
shall be coated with a cure/seal compound. This compound
shall be "Sealco" as manufactured by Gifford -Hill and Co.,
Inc. Add water to the pre -mixed grout in accordance with
the grout manufacturer's instructions.
2.06 SOURCE QUALITY CONTROL
A. Inspection and Testing:
1. Ensure Owner and Engineer have right to make shop and
field inspections for all materials. Provide access
and facilities for such inspections. Fabrication or
erection of any rejected work shall be discontinued
until defects in material or workmanship have been
corrected and approval given to proceed. Shop and
field inspection does not relieve Contractor of
responsibility for furnishing satisfactory materials.
2. Owner and Engineer reserve the right to reject any
material at any time before final acceptance of work
when, in their judgement, materials or workmanship do
not comply with specifications.
3. Provide correctly calibrated torque wrench for use by
Engineer to check installation of high strength bolts.
4. Weld inspection: Upon completion of tank, but prior
to painting, conduct inspection in accordance with
Appendix C of AWWA D100. Employ qualified inspection
agency to perofmr radiographic testing.
5. Reservoir test: After construction and painting of
tank is completed, fill the reservoir to high water
line. There shall be no liquid -volume loss. Repair
leaks that are disclosed. No repair work shall be
done on any joint unless the water is at least two fet
City of Lubbock, Municipal Water Treatment - Contract 4
13213-9
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
r
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
13213-10
below the point being repaired. Provide minimum 24 HR
test period. Any paint damaged by repairs shall be
properly restored.
2.07 DISINFECTION
A. Disinfect reservoir after construction or repairs have
been effected. Disinfect prior to being placed in service
by one of the following methods:
1. Method 1: Place water containing 50 ppm chlorine in
the tank to such a depth that when the tank is filled,
the resultant chlorine concentratin shall be no less
than 2 ppm. Hold water containing 50 ppm chlorine in
reservoir for 24 HRS before the tank is filled. Fill
tank and allow to stand for 24 HRS.
2. Method 2: Perform spray sterilization procedure not
less than 24 HRS after the interior paint has dried to
touch. Spray interior surfaces of the tank which will
ultimately be in contact with water containing 200
parts per million of chlorine. This solution can be
obtained by adding one ounce of calcium hypochloriete
(HTH) to each 22 GAL of water. The surface
disinfected, shall remain in contact with the sprayed
solution for a minimum of 1 HR., Rinse surface
thoroughly and flush water from the tank. Fill that
tank from the regular supply until the -residual
chlorine content is not greater than 0.2 ppm. After
refilling, take samples of water to determine if the
water is equal to the water in the existing system.
Repeat the disinfection procedure until satisfactory
samples are obtained.
B. Secure and deliver to the Owner satisfactory
bacteriological reports on samples from the tank. Ensure
all sampling and testing procedures are in full compliance
with AWWA C652, local water purveyor and applicable
requirements of the State of Texas.
C. Open and close all valves in waterline being disinfected
several times during the disinfection period. No separate
payment will be made for this item and all cost in
connection therewith shall be included in the Contract
price for the tank construction.
D. Notify Engineer at least 10 days prior to the time the
tank is to be disinfected in order that they may be in a
position to send a representative to observe this
operation.
PART 3 - EXECUTION
3.01 APPLICATION
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
City of Lubbock, Municipal Water'Treatment - Contract 4
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
13213-11
01
A.
Painting of underside of bottom plates will not be
02
required.
03
04
B.
Paint steel reservoir in accordance with AWWA D102,
05
NSF 61, manufacturer's recommendations, and in a manner
06
satisfactory to the Owner.
07
08
C.
Use ingredients in paints complying with the latest
09
specifications of ASTM materials. Deliver paints and
10
materials to the tank site in sealed containers, which
11
have not been opened previously. Each container shall be
12
clearly labeled by the manufacturer with his name and the
13
type of paint it contains. Store materials on the job in
14
a signal place designated by the Owner. Any oil rags,
15
waste, etc., must be removed from the area every night and
16
every precaution taken to avoid the danger of fire. Apply
17
paints in accordance with the instructions of the
18
manufacturer and these Specifications.
19
20
D.
Protect all areas including but not limited to trees and
21
landscaping, buildings, and all area and other work from
22
damage.
23
24
E.
Remove all dirt, rust, loose mill scale, grease and.oil,
25
and clean and dry surfaces before any paint is applied.
26
Blast only as much of the tank surface as can be coated in
27
the remainder of the working day.
28
29
F.
All workmanship shall be of the best quality with all
30
materials evenly spread and smoothly applied. All
31
painting shall be free from cracks, runs, blisters,
32
crazing and any other defects. If the paint is applied
33
with a pneumatic spray, brush out where necessary and work
34
into all corners and crevices. Modify tint or color of
35
all prime and finish coats to contrast with other coats to
36
aid in obtaining complete coverage.
37
38
G.
No painting shall be done when the metal is wet, nor when
39
the metal is hot enough or cold enough to prevent the
40
proper application of the painting system. Painting shall
41
not be done while the surface is damp or during rainy or
42
frosty weather.
43
44
H.
Allow sufficient time for each coat of paint to dry before
45
the following coat is applied.
46
47
I.
Steel Reservoir Painting:
48
1. Interior painting system for reservoir, after proper
49
curing, shall not impart any ingredients to the water
50
which will cause taste and odors. Paint must be
51
approved by NSF for use in potable water storage
52
reservoirs.
53
City of Lubbock, Municipal Water Treatment - Contract 4
r
13213-12.,
01
2. Exterior paint system:
01
02
a. Epoxy
covered with polyurethane
02
03
1)
Description:Provide an exterior paint system
03
04
consisting of epoxy or zinc chromate primer
04
05
and finish coat of polyurethane. The finish
05
06
coat shall leave a gloss finish.
06
07
2)
Surface preparation: Clean exterior surfaces
07
08
by SSPC SP-8. All mill scale and rust shall be removed.
08
09
3)
Pretreatment: Pretreatment of the steel will
09 --
10
not be required.
10
11
4)
Shop Prime: After cleaning 'and before any
11
12
dust, soil, or rust have accumulated, apply
12
13
primer.
_
13
14
5)
Field surface preparation: After erection and
14
15
prior to field patch priming, ali surfaces
15
16
shall be cleaned to remove surface
16 —
17
contamination. Clean all weld seams and bare
17
18
metal areas after erection by SSPC SP-10.
18
19
Perform touch-up painting in accordance with
19
20
SSPC PA01, Section 3.5.3 using primer. Ensure
20
21
that field -applied prime coat adheres to
21
22
surface by brush blasting or other approved
22
23
method.' Apply second coat of primer so as to
23 --
24
achieve total primer thickness required.
24
25
6)
Finish coat: Apply approved paint in
25
26
specified thickness to clean surface.
26 _
27
2. Interior paint.system:'
27
28
a. 'Two -coat epoxy'system:
28
29
1)
Description: Provide an interior paint system
29"
30
of one coat of epoxy primer and one finish
30
31
coat of epoxy. Paint system shall be in
31
32
accordance with AWWA D102 interior paint
32
33
System #1.
33
34
2)
Surface Preparation: Clean interior surfaces
34
35
by SSPC SP-10. All mill scale and rust shall be removed.
35
36
3)
Pretreatment: Pretreatment of the steel shall
36
37
not be'required.
37 �-
38
4)
Sh6p prime: After cleaning and before any
38
39
dust, soil or rust have accumulated, apply
39
40
approved primer.
40 _
41
5)
Field surface preparation: After erection and
41
42
prior to field patch priming, all surfaces
42
43
shall be cleaned to remove surface
43
44
contamination. Clean all weld seams and bare
44 —
45
metal areas after erection by SSPC SP-10.
45
46
Perform touch-up painting in accordance with
46
47
SSPC PA-1, Section 3.5.3 using specified
47 _
48
primer. Ensure that finish coat adheres to
48
49
tank surface by roughening up prime coat by
49
50
brush' blasting or other approved method.
50
51
6)
Finish coat: Apply approved paint in
51 —
52
specified thickness to clean surface.
52
53
53
City of Lubbock, Municipal Water Treatment - Contract 4
7
F
O1
02
03
04
05
END OF SECTION
City of Lubbock, Municipal Water Treatment - Contract 4
13213-13
O1
02
03
04
05
(THIS PAGE LEFT BLANK INTENTIONALLY)
15060-1
01
91HO6 SECTION 15060
02
03
PIPE AND PIPE FITTINGS: GENERAL REQUIREMENTS
04
05
06
PART 1 - GENERAL
07
08
1.01 SUMMARY
x"
09
10
A. Section Includes:
11
1. Utility piping systems.
12
13
B. Related Sections include but are not necessarily limited
I
14
to:
15
1. Division 0 - Bidding Requirements, Contract Forms, and
r'
16
Conditions of the Contract.
17
2. Division 1 - General Requirements.
18
3. Section 02221 - Trenching, Backfilling, and Compacting
19
for Utilities.
20
4. Section 15090 - Pipe Support Systems.
•'
21
22
1.02 QUALITY ASSURANCE
23
a
24
A. Referenced Standards:
25
1. American National Standards Institute (ANSI):
26
27
a. B16.3, Malleable Iron Threaded Fittings.
b. B16.9, Factory -Made Wrought Steel Butt -Welding
28
Fittings.
29
c. C110, Ductile Iron and Gray Iron Fittings, 3 IN
30
through 48 IN for Water and Other Liquids.
31
d. C115, Flanged Ductile Iron Pipe with Threaded
32
Flanges.
33
e. C151, Ductile -Iron Pipe, Centrifugally Cast In
34
Metal Molds or Sand -Lined Molds for Water or Other
'
35
Liquids.
36
f. C207, Standard for Steel Pipe Flanges for
37
Waterworks Service - Sizes 4 IN through 144 IN.
38
2. American Society for Testing and Materials (ASTM):
39
a. A53, Standard Specification for Pipe, Steel, Black
�.
40
and Hot -Dipped, Zinc -Coated Welded and Seamless.
t
41
3. American Water Works Association (AWWA):
42
a. B300, Standard for Hypochlorites.
43
b. C111, Rubber -Gasket Joints for Ductile Iron and
44
Gray Iron Pressure Pipe and Fittings.
45
c. C200, Steel Water Pipe 6 IN and Larger.
46
d. C207, Steel Pipe Flanges for Waterworks Service -
47
48
Sizes 4 IN through 144 IN.
e. C208, Dimensions for Fabricated Steel Water Pipe
49
Fittings.
50
f. C301, Prestressed Concrete Pressure Pipe, Steel
P'
51
Cylinder Type, for Water and Other Liquids.
52
g. C651, Standard for Disinfecting Water Mains.
53
4. Cast Iron Soil Pipe Institute (CISPI):
`
City of Lubbock, Municipal Water Treatment - Contract 4
r
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
15060-2
a. 301, Hubless Cast -Iron Sanitary System: With No
Hub Pipe and Fittings.
5. National Fire Protection Association (NFPA).
6. Underwriters Laboratory, Inc (UL).
1.03 SYSTEM DESCRIPTION
A. Piping Systems Organization and Definition:
1. Piping services are grouped into designated systems
according to the chemical and physical properties of
the fluid conveyed, system pressure, piping size and
system materials of construction.
2. Table A below defines each service classification, its
symbol, and the designated system classification of
each service.
TABLE A - PIPING SERVICES
SYMBOL SERVICE SYSTEM
FW Filter Water 3
3. See PIPING SPECIFICATION SCHEDULES in PART 3.
1.04 SUBMITTALS
A. Shop Drawings:
1. See Section 01340.
2. Fabrication and/or layout drawings:
a. Exterior yard piping drawings (minimum scale 1 IN
equals 10 FT) with information including:
1) Dimensions of piping lengths.
2) Invert or centerline elevations of piping
crossings.
3) Acknowledgement of bury depth requirements.
4) Details of fittings, tapping locations, thrust
blocks, restrained joint segments, harnessed
joint segments, hydrants, and related
appurtenances
5) Acknowledge designated valve or gate tag
numbers, manhole numbers, instrument tag
numbers, pipe and line numbers.
6) Line slopes and vents.
b. Interior piping drawings (minimum scale 1/8 IN
equals 1 FT) with information including:
1) Dimensions of piping and end connections.
2) Invert or centerline dimensions.
3) Centerline elevation and size of intersecting
ductwork, conduit/conduit racks, or other
potential interferences requiring
coordination.
4) Location and type of pipe supports and
anchors.
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
City of Lubbock, Municipal Water Treatment Contract 4
7
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
5) Locations of valves and valve operator type.
6) Details of fittings, tapping locations,'' -
equipment connections, flexible expansion
joints, connections to equipment,, and related
appurtenances.
7) Acknowledgement of valve and equipment tag
numbers and instrument tag numbers.
8) Provisions for expansion and contraction.
9) Line slopes and air release vents.
10) Rough -in data for plumbing fixtures.
c. Schedule of interconnections to'existing piping.
3. Product technical data including:
a. Acknowledgement that products submitted meet
requirements of standards referenced.
b. Copies of manufacturer's written directions
regarding material handling, delivery, storage and
installation.
c. Master schedule showing piping appurtenances, pipe
size, schedule of pipe, type linings and coatings.
d. Technical product data on piping appurtenances.
4. Certifications:
a. Qualifications of lab performing disinfection
analysis on water systems.
5. Test reports:
a. Copies of pressure test results on all piping
systems.
b. Reports defining results of dielectric testing and
correctiveaction taken.
c. Disinfection test report.
d. Notification of time and 'date of piping pressure
tests.
1.05 DELIVERY, STORAGE, AND HANDLING
A. Protect pipe coating during handling using methods
recommended by manufacturer. Use of bare cables, chains,
hooks, metal bars or narrow skids in contact with coated
pipe is not permitted.
B. Prevent damage to pipe during transit. Repair abrasions,
scars, and blemishes. If repair of satisfactory quality
cannot be achieved, replace damaged material immediately.
PART 2 - PRODUCTS
2.01 ACCEPTABLE MANUFACTURERS
A. Subject to compliance with the Contract Documents, the
following Manufacturers are acceptable:
1. Insulating unions:
a. "Dielectric" by Epco.
b. Or approved equal.
15060-3
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
City of Lubbock,' Municipal Water Treatment Contract 4
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
15060-4
B.
2.02
A.
2. Heat tracing:
a. Chemelex.
b. Or approved equal.
Submit requests'for substitution in accordance with
Specification Section 01640.
PIPING SPECIFICATION SCHEDULES
Piping system materials, fittings :and `appurtenances are
subject to requirements of specific piping specification
schedules located at the end of PART 3 of this
Specification; unless otherwise shown.on Drawings or
Drawing Schedule.
2.03 COMPONENTS AND•ACCESSORIES
A. Insulating Components:
1. Insulating flanges:
a. Flat faced 1/8 IN thick dielectric asbestos for
temperatures up to 700 DegF.
b. 1/32 IN wall thickness spiral wound mylar bolt
sleeves.
c. 1/8 IN thick high strength phenolic insulating
washers.
2. Dielectric unions:
a. Screwed unions rated at 250 psi for pipe sizes
2-1/2 IN and over.
b. Provide with dielectric gaskets suitable for
continuous operation at fluid temperatures to 240
DegF.
B. Heat Tracing:
1. Provide electric heat tracing on pipe systems for
freeze protection or process temperature maintenance
to locations shown on Drawings or specified.
2. Heat tape: Is self-limiting, parallel circuit
construction, consisting of an inner core of
conductive material between parallel copper bus wires,
with inverse temperature conductivity characteristics.
3. Provide all necessary components, e.g., end seals,
straps, tape, and,,fitting brackets.
4. Provide components and installations approved for area
classifications shown on Drawings.
5. Provide and connect thermostats.
6. Place warning signs indicating line is heat traced on
insulation at ten FT intervals.
C. Protective Coating and Lining:
1. Include pipe, fittings, and appurtenances, where
coatings, linings, paint, tests and other items are
stated.
City of Lubbock, Municipal Water Treatment - Contract 4
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
r
01
02
PART 3
- EXECUTION
03
04
3.01
EXTERIOR PIPING INSTALLATION
05
06
A.
Unless otherwise shown on the Drawings, provide a minimum
07
of 4 FT and maximum of 8 FT earth cover over exterior
08
buried piping systems and appurtenances conveying water,
09
fluids, or solutions subject to freezing.
10
11
B.
Enter and exit through structure walls, floors, and
12
ceilings by using wall penetrations specified in Section
13
01800 or as shown on Drawings.
14
15
C.
Install flexible joint within 2 FT of point where pipe
16
enters or leaves structure. Install second flexible joint
17
not more than 6 FT nor less than 4 FT from first joint.
18
Provide balance of piping with standard laying lengths.
19
20
D.
Install expansion devices as necessary to allow expansion
21
and contraction movement.
22
23
E.
Laying Pipe In Trench:
24
1. Excavate and backfill trench in accordance with
25
Section 02221.
26
2. Clean each pipe length thoroughly and inspect for-
27
compliance to Specifications.
28
3. Grade trench bottom and excavate for pipe bell and lay
29
pipe on trench bottom.
30
4. Install gasket or joint material according to
31
manufacturer's directions after joints have been
32
thoroughly cleaned and examined.
33
5. Except for first two joints, before making final
34
connections of joints, install two full sections of
35
pipe with earth tamped along side of pipe or final
36
with bedding material placed.
37
6. Lay pipe in only suitable weather with good trench
38
conditions. Never lay pipe in water except where
39
approved by Engineer.
40
7. Seal open end of line with watertight plug if pipe
41
laying stopped.
42
8. Remove water in trench before removal of plug.
43
44
F.
Lining Up Push -On Joint Piping:
45
1. Lay piping on route lines shown on Drawings.
46
2. Deflect from straight alignments or grades by vertical
47
or horizontal curves or offsets.
48
3. Observe maximum deflection values stated in
49
manufacturer's written literature.
50
4. Provide special bends when specified or where required
51
alignment exceeds allowable deflections stipulated.
52
5. Install shorter lengths of pipe in such length and
53
number that angular deflection of any joint, as
City of Lubbock, Municipal Water Treatment - Contract 4
EiF 1.1 E
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
3S
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
15060-6'
represented by specified maximum deflection, is not
exceeded.
G. Anchorage and Blocking:
1. Provide reaction blocking, anchors, joint harnesses,
or other acceptable means for preventing movement of
piping caused by forces in or on buried piping tees,
wye branches, plugs, or bends.
2. Place concrete blocking so that it extends from
fitting into solid undisturbed earth wall. Concrete
blocks shall not cover pipe joints
3. Provide bearing area of concrete based on pressure
rating and size of pressure pipe and an allowable
soil bearing of 1500 PSF.
4. Provide bearing area for gravity flow pipe based on a
pressure of'150 PSI and an allowable bearing of 1500
PSF.
H. Install insulating components where dissimilar metals are
joined together.
3.02 INTERIOR PIPING INSTALLATION
A. Install piping in vertical and horizontal' alignment as
shown on Drawings.
B. Alignment of piping smaller than 4 IN may not be,shown.
However, install according to Drawing intent and'with'
ample clearance and allowance for:
1. Expansion and contraction.
2. Operation and access to equipment, doors, windows,
hoists, moving.equipment.
3. Headroom and walking space for working areas and
aisles.
4. System drainage and air removal.
C. Enter and exit through structure walls, floor and ceilings
using wall penetrations as shown on the Drawings.
D. Install vertical piping runs plumb and horizontal piping
runs parallel with structure walls.,
E. Use methods of piping support as shown on Drawings and as
required in Section 15090. Where pipes run parallel_ and
at same elevation or grade, they may be grouped and
supported from common trapeze -type hanger,,provided hanger
rods are increased in size as specified for total
supported weight. The pipe in the group requiring the
least maximum distance between supports shall set'the
distance between trapeze hangers.
F. Locate and size sleeves required for piping system.
Arrange for chases, recesses, inserts or anchors at proper
City of Lubbock, Municipal Water Treatment - Contract 4
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
f
t.
15060-7
O1
elevation and location.
01
r
02
02
03
G.
Install expansion devices as necessary to allow
03
04
expansion/contraction movement.
04
05
05
r
06
H.
Where piping systems having both raised and flat faced
06
.
01
flanges interface, provide full face gaskets.
07
08
08
09
I.
Potable or Service Water 'Piping Installation:
09
10
1. Install valves where indicated or required to
10
11
adequately service all parts of system and equipment.
11
12
2. Install piping so as to be free to expand with proper
12
i
f
13
loops, anchors and joints without injury to system or
13
a
14
structure.
14
15
15
16
J.
Anchorage and Blocking:
16
17
1. Block, anchor, or harness exposed piping subjected to
17
18
forces, in which mechanical, push on, flexible, or
18
19
similar joints are installed, to prevent separation of
19
20
joints and transmission of stress into equipment or
20
21
structural components not designed to resist those
21
22
stresses.
22
23
23
24
K.
Provide insulating components where dissimilar metals are
24
25
joined together.
25
27
3.03
CONNECTIONS WITH EXISTING PIPING
27
28
28
29
A.
Where connection between new work and existing work is
29
�^
30
made, use suitable and proper fittings to suit conditions
30
31
encountered.
31
32
32
33
B.
Perform connections with existing piping at time and under
33
34
conditions which will least interfere with service to
34
35
customers affected by such operation.
35
36
36
37
C.
Undertake connections in fashion which will disturb system
37
38
as little as possible.
38
39
39
40
D.
Provide suitable equipment and facilities to dewater,
40
r
41
drain, and dispose of liquid removed without damage to
41
42
adjacent property.
42
43
43
44
E.
Where connections to existing systems necessitate
44
45
employment of past installation methods not currently part
45
46
of trade practice, utilize necessary special piping
46
47
48
components.
47
48
49
F.
Where connection involves potable water systems, provide
49
50
disinfection methods as prescribed in these
50
51
Specifications.
51
7
52
52
53
G.
Once tie-in to each existing system is initiated, continue
53
r'
City of Lubbock, Municipal Water Treatment - Contract 4
r
a
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
15060-8
work continuously until tie-in is made and tested:
3.04 FIELD QUALITY CONTROL
A. General:
1. Test all piping systems upon completion of piping and
prior to application of insulation on exposed piping
or covering concealed or buried piping.
2. Utilize pressures, media and pressure test durations
as specified on Piping Specification Schedules.
3. Isolate equipment which may be damaged by the
specified pressure test conditions.
4. Perform pressure test using calibrated pressure gages
and calibrated volumetric measuring equipment to
determine leakage rates. Select each gage so that the
specified test pressure falls within the upper half of
the gage's range. Notify the Engineer 24 HRS prior to
each test.
5. Completely assemble and test new piping systems prior
to connection to existing pipe systems, unless
otherwise specified.
6. Acknowledge satisfactory performance of tests and
inspections in writing to Engineer prior to final
acceptance.
7. Provide all necessary equipment and perform all work
required in connection with the tests and inspections.
8. Bear the cost of all testing and inspecting, locating
and remedying of leaks and any necessary retesting and
re-examination.
B. Pressure Testing Methods and Criteria:
1. Liquid systems:
a. The following liquid piping systems shall have
zero leakages at the specified test pressure
throughout the specified duration: unless otherwise
specified.
1) Exposed piping.
2) Buried piping and buried or exposed pressure
piping.
b. Unless otherwise specified, leakage from gravity
buried liquid piping systems shall be less than 25
GAL per day per inch -mile.
3.05 CLEANING.AND DISINFECTION
A. Cleaning:
1. Clean interior of piping systems thoroughly before
installing.
2. Maintain pipe in clean condition during installation.
3. Before jointing piping, thoroughly clean and wipe
joint contact surfaces and then properly dress and
make joint.
4. Immediately prior to pressure testing, clean and
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
City of Lubbock, Municipal Water Treatment - Contract 4'
O1
remove grease, metal cuttings, dirt, or other foreign
r'
02
materials which may have entered the system.
!
03
5. At completion of work and prior to Final Acceptance,
04
thoroughly clean work installed under these
05
Specifications. Clean equipment, fixtures, pipe,
r,
06
valves, and fittings of grease, metal cuttings, and
►;
07
sludge which may have accumulated by operation of
08
system, from testing, or from other causes. Repair
r"
09
any stoppage or discoloration or other damage to parts
10
of building, its finish, or furnishings, due to
11
failure to properly clean piping system, without cost
12
to Owner.
�„
13
14
B. Disinfection of Potable Water Systems:
15
1. After favorable performance of pressure test and prior
16
to Final Acceptance, thoroughly flush entire potable.
17
water piping system including supply, source and any
18
appurtenant devices and perform disinfection as
19
prescribed.
r20
2. Perform work, including preventative measures during
21
construction, in full compliance with AWWA C651.
22
3. Perform disinfection using sodium hypochlorite
r
23
complying with AWWA 8300.
24
4. Flush each segment of system to provide flushing
25
velocity of not less than 2.5 FT per second.
26
5. Drain flushing water to sanitary sewer. Do not drain
27
flushing water to receiving stream.
28
6. Use continuous feed method of application. Tag system
29
during disinfection procedure to prevent use.
r-
30
7. After required contact period, flush system to remove
f
31
traces of heavily chlorinated water.
32
8. After final flushing and before placing water in
33
service, obtain an independent laboratory approved by
r,
34
the Owner to collect samples and test for
35
bacteriological quality. Repeat entire disinfection
36
procedures until satisfactory results are obtained.
37
9. Secure and deliver to Owner, satisfactory
38
bacteriological reports on samples taken from system.
39
Ensure sampling and testing procedures are in full
40
compliance to AWWA C651, local water purveyor and
41
applicable requirements of State of Texas.
42
43
3.06 LOCATION OF BURIED OBSTACLES
44
45
A. Furnish exact location and description of buried utilities
46
and thrust blocks encountered.
47
48
B. Reference items to definitive reference point locations
49
such as found property corners, entrances to buildings,
50
existing structure lines, fire hydrants and related fixed
�^
51
structures.
52
53
C. Include such information as location, elevation, coverage,
r
r
City of Lubbock,. Municipal Water Treatment - Contract 4
15060-9
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
15060-10
supports and additional pertinent information which will
be required by future contractors for replacement
servicing, or adjacent construction around any buried
facility.
D. Incorporate information on "As -Recorded" Drawings.
3.07 SCHEDULES
A. PIPING SPECIFICATION SCHEDULE - SYSTEMS 1, 2, 4 THRU 9 -
NOT USED
B. PIPING SPECIFICATION SCHEDULE - SYSTEM 3
1. General:
a. Piping symbol and service:
1) FW - Filtered Water.
b. Test requirements:
1) Test medium: Water.
2) Pressure: 30 psig.
3) Duration: 6 HRS.
c. Gasket requirements:
1) Flange: Rubber, AWWA C207 and C111.
2) Push -on; Rubber, AWWA C111
3) Mechanical coupling: As recommended by
coupling manufacturer.
4) Unions Same as flange gasket.
2. System components:
a. Pipe size: 3 IN and larger:
1) Exposed service:
a) Materials: Ductile iron Grade 60-42-10,
Class 53.
b) Reference: ANSI C115.
c) Lining: Cement.
d) Coating: Paint.
e) Fittings and Joints: Ductile iron
fittings complying with ANSI C110, iron
Grade 70-50-05 with 250 psi rating for
larger than 12 IN and 350 psi rating for
12 IN and less. Alternate gray cast
fittings complying with ANSI C110 with 150
psi rating for larger than 12 IN and 250
psi rating for 12 IN and less. Flanged
Joints with flanges at valves, equipment
and structure penetration.
2) Buried service:'
a) Materials: Ductile iron Grade 60-42-10,
Class 51.
b) Reference: ANSI C151.
c) Lining: Cement.
d) Coating: Paint.
e) Fittings and Joints: Ductile iron
fittings complying with ANSI C110, iron
Grade 70-50-05 with 250 psi rating for
City of Lubbock,Municipal Water Treatment - Contract 4
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
r
O1
larger than 12 IN and 350 psi rating for
02
12 IN and less. Alternate gray cast
03
fittings complying with ANSI C110 with 150
04
psi rating for larger than 12 IN and 250
05
psi rating for 12 IN and less. Push -on
06
joints with mechanical (gland type) joints
07
at fittings and valves.
08
b. Pipe size:
20 IN and larger.
09
1) Exposed service:
10
a)
Materials: Steel, fabricated pipe.
11
b)
Reference: AWWA C200.
12
c)
Lining: Cement.
r
13
d)
Coating: Paint.
14
e)
Fittings and joints: AWWA C208 fittings.
15
Butt -welded joints with ANSI C207 flanges
r-
16
at equipment, valves, and structure
17
penetrations.
18
2) Buried service:
19
a)
Material: RCCP with operating pressure of
20
50 psi; use soil cover as dead load and
21
HS-20 live load.
22
b)
Reference: AWWA C301.
23
c)
Lining: None.
24
d)
Coating: None.
25
e)
Fittings and joints: Smooth or mitered
26
fittings meeting AWWAC-301. Joints of
27
tongue and groove type with confined
28
0-ring. Provide couplers, minimum of two
29
per joint.
30
31
END OF SECTION
r
6
E
City of Lubbock, Municipal Water Treatment - Contract 4
15060-11
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
(THIS PAGE LEFT BLANK INTENTIONALLY)
r
7
15061-1
01
91G12 SECTION 15061
01
02
02
03
PIPE: STEEL
03
04
04
05
05
06
PART 1 - GENERAL
06
07
07
08
1.01 SUMMARY
08
09
09
10
A. Section Includes:
10
11
1. Steel pipe, fittings, and appurtenances.
11
12
12
13
B. Related Sections include but are not necessarily limited to:
13
14
1. Division 0 - Bidding Requirements, Contract Forms, and
14
15
Conditions of the Contract.
15
16
2. Division 1 - General Requirements.
16
17
3. Section 09905 - Painting and Protective Coatings.
17
18
4. Section 15060 - Pipe and Pipe Fittings: General
18
19
Requirements.
19
20
20
21
1.02 QUALITY ASSURANCE
21
22
22
23
A. Referenced Standards:
23
24
1. American National Standards Institute (ANSI):
24
25
a. B1.1, Unified Inch Screw Threads (UN and UNR Thread
25
26
Form).
26
27
b. B2.1, Gages and Gaging for Unified Inch Screw
27
28
Threads.
28
29
c. B16.3, Malleable Iron Threaded Fittings.
29
30
d. B16.5, Pipe Flanges and Flanged Fittings.
30
31
e. B16.9, Factory -Made Wrought Steel Butt -Welding
31
32
Fittings.
32
33
f. B16.11, Forged Steel Fittings, Socket Welding and
33
34
Threaded.
34
35
2. American Society for Testing and Materials (ASTM):
35
36
a. A53, Standard Specification for Pipe, Steel, Black
36
37
and Hot -Dipped, Zinc -Coated Welded and Seamless.
37
38
b. A234, Standard Specification for Pipe Fittings of
38
39
Wrought Carbon Steel and Alloy Steel for Moderate and
39
40
Elevated Temperatures.
40
41
c. A307, Standard Specification for Carbon Steel Bolts
41
42
and Studs, 60,000 psi Tensile Strength.
42
43
d. D1330, Rubber Sheet Gaskets.
43
44
3. American Water Works Association (AWWA):
44
45
a. C200, Steel Water Pipe 6 IN and Larger.
45
46
b. C205, Standard for Cement -Mortar Lining and Coating
46
47
for Steel Water Pipe 4 IN and Larger Shop Applied.
47
48
c. C206, Field Welding of Steel Water Pipe.
48
49
d. C207, Steel Pipe Flanges for Waterworks Service,
49
50
Sizes 4 IN through 144 IN.
50
51
e. C208, Dimensions for Fabricated Steel Water Pipe
51
52
Fittings.
52
53
f. C210, Standard for Liquid Epoxy Coating Systems for
53
City of Lubbock, Municipal Water Treatment - Contract 4
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
15061-2
Interior and Exterior of Steel Water Pipelines.
B. Qualifications:
1. Application of coal -tar lining and coating materials
including preparation of surfaces, priming, and lining
and coating of pipe, fittings, and specials...., in shop,
repairs of any damage to lining or coating occurring
during shipment or any other time, and field lining and
coating of ends where linings or coatings have been held
back for welded field joints, shall be done by
established and recognized pipe company acceptable to
Engineer.
2. Use only certified welders meeting procedures and
performance outlined in Section 9 of the ASME, Section
3.3.3 of AWWA C200 and other codes and requirements per
local building and utility requirements.
1.03 SUBMITTALS
A. Shop Drawings:
1. See Section 15060.
2. Factory test reports.
3. If mechanical coupling system is used, submit piping,
fittings, and appurtenant items which will be utilized.
4. Coating manufacturer's qualifications.
5. Welders certificates.
PART 2 - PRODUCTS
2.01 ACCEPTABLE MANUFACTURERS
A. Subject to compliance with the Contract Documents, the
following Manufacturers are acceptable:
1. Flanged adaptors:
a. Rockwell Style 913 (steel) or (Style 912 (cast).
b. Dresser Style 128 (steel) or {Style 127 (cast).
c. Or approved equal.
2. Insulating couplings:
a. Rockwell (Style 416).
b. Dresser (Style 39).
c. Or approved equal.
3. Reducing couplings:
a. Rockwell (Style 415).
b. Dresser (Style 62).
c. Or approved equal.
4. Transition coupling:
a. Rockwell (Style 413).
b. Dresser (Style 62).
c. Or approved equal.
5. Compression sleeve coupling:
a. Rockwell (Style 411 (steel)) or (Style 431 (cast)).
b. Dresser (Style 38 (steel)) or (Style 53 (cast)).
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
City of Lubbock, Municipal Water Treatment'- Contract 4
r
t
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
c. Or approved equal.
6. Mechanical couplings and fittings:
a. Victaulic (Style 07 or 77).
b. Gustin Bacon (Series 100).
c. Or approved equal.
7. Vibration isolation equipment connections for natural
gas:
a. Flexonics (Model 401H).
b. Or approved equal.
8. Flexible connectors for hot water equipment:
a. Flexonics (FLG Series).
b. Thermo Tech (F/J/R Series).
c. Or approved equal.
9. Factory -applied plastic or epoxy coatings:
a. "Encoat" Division of Lukens General Industries.
b. "Scotchkote" Division of 3M Company.
c. Or approved equal.
B. Submit requests for substitution in accordance with
Specification Section 01640.
2.02 MATERIALS
A. Steel Pipe (Fabricated Type):
1. AWWA C200:
a. ASTM A36, Grade C Steel Plate.
b. ASTM A283, Grade D Steel Plate.
c. ASTM A570, Steel Sheet.
d. ASTM A572, Steel Plate.
B. Steel Pipe (Mill Type):
1. ASTM A53, Type E or S.
C. Fittings (For Fabricated Pipe):
1. AWWA C208.
D. Fittings (For Mill Type Pipe):
1. ASTM A234.
2. ANSI B16.3.
3. ANSI B16.5.
4. ANSI B16.9.
5. ANSI B16.11.
E. Flanges (Fabricated Pipe):
1. AWWA C207, Class B.
2. Flange material: ASTM A283, Grade C or D, ASTM A181
Grade 1.
3. Flange finish: Flat faced.
F. Flanges (Mill Type Pipe):
1. ANSI B16.5, Class 150.
2. Flat faced.
3. Slip-on flanges.
15061-3
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
r
City of Lubbock; Municipal Water Treatment - Contract 4
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
15061-4
G. Nuts and Bolts:
1. Hot -dipped zinc galvanized steel meeting ASTM A307, Grade
A or B.
2. Heads and dimensions per ANSI B1.1.
3. Threaded per ANSI B1.1.
4. For mechanical couplings: ASTM A183 or ASTM A194.
5. Two nuts provided for one inch,diameter bolt and larger
applications.
6. Project ends 1/4 to 1/2 IN beyond nuts.
H. Gaskets: Butyl or EPDM - 150 to 300 DegF.
I. If mechanical coupling system is used, utilize pipe and
fitting thickness/grade and fittings require by coupling
system.
J. See piping schedules in Section 15060.
2.03 MANUFACTURED UNITS
A. Couplings:
1. Flanged adaptors:
a. Unit consisting of steel or carbon steel body sleeve,
flange, followers, Grade 30 rubber gaskets, and ASTM
A307 bolts and nuts.
b. Provide units equal to those specified in: Article
2.01.
c. Supply flanges meeting standards of adjoining
flanges.
d. Tie bolt assembly.
1) For pipe 14 IN and larger.
2) Minimum four bolts equally spaced around the pipe
and extending from cast steel lugs welded on'the
pipe to lugs welded on the coupling middle ring.
e. Entire assembly to be rated for test pressure
specified on Piping Schedule for each respective
application.
2. Compression sleeve coupling:
a. Unit consisting of steel sleeve, followers Grade 30
rubber gaskets, and ASTM A307 nuts and bolts.
b. Provide units equal to those specified in Article
2.01.
c. Supply flanges meeting standards of adjoining
flanges.
d. Tie bolt assembly.
1) For pipe 14 IN and larger.
2) Minimum four bolts equally spaced around the pipe
and extending from cast steel lugs welded on the
pipe to lugs welded on the coupling middle ring.
e. Entire assembly to be rated for test pressure
specified on Piping Schedule for each respective
application.
City of Lubbock, Municipal Water Treatment - Contract'4
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
pow
15061-5
O1
f. Provide field coating for buried couplings per AWWA
01
02
C203.
02
03
3. Mechanical coupling joint:
03
04
a. Use of mechanical couplings and fittings in lieu of
04
05
flanged joints is acceptable where specifically
05
06
specified in Section 15060.
06
07
b. Utilize units defined in Article 2.01.
07
08
08
09
2.04
FABRICATION
09
10
10
11
A.
Provide piping (mill or fabricated) for use in this Project
11
12
with minimum wall thicknesses as follows:
12
13
1. 1/8 - 5 IN DIA pipe: Schedule 40.
13
14
2. 6 - 10 IN DIA pipe: 3/16 IN.
14
15
3. 12 - 14 IN DIA pipe: 7/32 IN.
15
16
4. 16 - 42 IN DIA pipe: 1/4 IN.
16
17
5. 48 - 60 IN DIA pipe: 3/8 IN.
17
18
6. 66 - 72 IN DIA pipe: 1/2 IN.
18
19
7. Sizes through 24 IN are nominal OD. Sizes greater than
19
20
24 are ID.
20
21
21
22
B.
Furnish cast parts with lacquer finish compatible with finish
22
23
coating.
23
24
24
25
C.
Furnish withoutoutside coating of bituminous material any
25
26
exposed pipe scheduled to be painted.
26
27
27
28
D.
For fabricated fittings, assure ratio of radius of bend to
28
29
diameter of pipe equal to or greater- than 1.0.
29
30
30
31
E.
Taper cement mortar linings as required for valve
31
32
interfacing.
32
33
33
34
F.
Protective Coatings and Linings:
34
35
1. Provide coating and lining in accordance with Section
35
36,
09905.
36
37
2. Provide cement mortar lining in accordance with AWWA C205.
37
38
3. Provide liquid epoxy coating in accordance with AWWA
38
39
C210.
39
40
4. Galvanize surface in accordance with hot dip method using
40
41
any grade of zinc acceptable to ASTM B6.
41
42
5. Field paint pipe in accordance with Section 09905.
42
43
43
44
2.05
SOURCE QUALITY CONTROL
44
45
45
46
A.
Testing:
46
47
1. Shop hydrostatic test fabricated steel pipe and fittings.
47
48
2. Field,hydrostatic test all pipe as specified in Section
48
49
15060.
49
50
50
51
51
52
PART 3
- EXECUTION
52
53
53
City of Lubbock, Municipal Water Treatment - Contract 4
15061-6
O1 3.01 INSTALLATION
02
03 A. Install products in accordance with manufacturer's
04
instructions.
05
06
B. Joining
Methods - Flanges:
07
1.
Facing method:
08
a. Insert slip-on flange on pipe.
09
b. Assure maximum tolerances for flange faces from
10
normal with respect to axis of pipe is 0.005 IN per
11
foot of flange diameter.
12
c. Test flanges after welding to pipe for true to face
13
condition and reface, if necessary, to bring to
14
specified tolerance.
15
2.
Joining method:
16
a. Leave 1/8 to 3/8 IN of flange bolts projecting beyond
17
face of nut after tightening.
18
b. Coordinate dimensions and drillings of flanges with
19
flanges for valves, pumps, equipment, tank, and other
20
interconnecting piping systems.
21
c. When bolting flange joints, exercise extreme care to
22
assure that .there is no restraint on opposite end of
23
pipe or fitting which would prevent uniform gasket
24
compression•or cause unnecessary stress, bending or
25
torsional strains being applied to cast flanges or
26
flanged fittings. Allow one flange free movement in
27
any direction while bolts are being tightened.
28
d. Do not assemble adjoining flexible coupled,
29
mechanical coupled or welded joints until flanged
30
joints in piping system have been tightened.
31
e. Gradually tighten flange bolts uniformly to permit
32
even gasket compression.
33
f. Do not overstress bolts to compensate for poor
34
installation.
35
36
C. Joining
Method - Welded Joints:
37
1.
Perform welding in accordance with AWWA C206 and this
38
Section.
39
2.
For flange attachment perform in accordance with AWWA
40
C207.
41
3.
Have each welding operator affix an assigned symbol to
42
all his welds. Mark each longitudinal joint at the
43
extent of each operator's welding. Mark each
44
circumferential joint, nozzle, or other weld into places
45
180 degrees apart.
46
4.
Welding for all.process piping shall conform with ANSI
47
B31.3. Welding of utility piping 125 psi and"less shall
48
be welded per ANSI B31.9. Utility piping above 125 psi
49
shall conform to ANSI B31.1.
50
5.
Provide caps, tees, elbows, reducers, etc. manufactured
51
for welded applications.
52
6.
Weldolets may be used for 5 IN and larger pipe provided
53
all slag is removed from inside the pipe.
01
02
03
04
05
06
07
08
'09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
City of Lubbock, Municipal Water Treatment - Contract
E
O1
7. Weld -in nozzles may be used for branch connections to
02
mains and where approved by Engineer.
03
S. Use all long radius welding elbows for expansion loops
04
and bends.
05
06
9. Use long radius reducing welding elbows 90 degree bends
and size changes are required.
01
08
D. Joining Method -Couplings:
09
1. Compression sleeve:
10
a. Install coupling to allow space of not less than 1/4
11
IN but not more than 1 IN.
12
13
b. Provide harnessed joint. Use joint harness
arrangements detailed in AWWA M11.
14
c. Design harness assembly with adequate number of tie
15
rods for test pressures indicated in Section 15060
16
and allow for expansion of pipe.
17
d. Provide ends to be joined or fitted with compression
18
sleeve couplings of the plain end type.
19
20
e. Grind smooth welds the length of one coupling on
either side of joint to be fitted with any coupling.
21
f. Assure that outside diameter and out -of -round
22
tolerances are within limits required by coupling
23
manufacturer.
j
24
2. Mechanical coupling:
25
a. Arrange piping so that pipe ends are in full contact.
26
27
b. Groove and shoulder ends of piping in accordance with
manufacturer's recommendations.
28
c. Provide coupling and grooving technique assuring a
29
connection which passes pressure testing
30
requirements.
31
32
E. Joining Method -Threaded and Coupled (T/C):
33
1. Provide T/C end conditions that meet ANSI B2.1
34
requirements.
35
2. Furnish pipe with factory -made T/C ends.
36
3. Field cut additional threads full and clean with sharp
31
dies.
38
4. Leave not more than three pipe threads exposed at each
39
branch connection.
�-
40
5. Ream ends of pipe after threading and before assembly to
41
remove burrs.
42
6. Use teflon thread tape on male thread in mating joints.
43
44
F. Support exposed piping in accordance with Section 15060.
45
46
G. Install buried piping per Section 15060.
r
47
48
3.02 FIELD QUALITY CONTROL
49
50
A. Test piping systems in accordance with Section 15060.
51
52
END OF SECTION
CCity of Lubbock Municipal WaterTreatment- Contract 4
r'
15061-7
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
No Text
F
01
02
03
04
05
06
07
O8
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
91H06
PART 1 - GENERAL
1.01 SUMMARY
SECTION 15062
PIPE: DUCTILE
A. Section Includes:
1. Ductile iron piping, fittings, and appurtenances.
B. Related Sections include but are not necessarily limited
to:
1. Division 0 - Bidding Requirements, Contract Forms, and
Conditions of the Contract.
2. Division 1 - General Requirements.
3. Section 15060 - Pipe and Pipe Fittings: General
Requirements.
1.02 QUALITY ASSURANCE
A. Referenced Standards:
1. American National Standards Institute (ANSI):
a. B1.1, Unified Inch Screw Threads (UN and UNR
Thread Form).
b. B16.1, Cast -Iron Pipe Flanges and Flanged
Fittings, Class 25, 125, 250, and 800.
c. B16.21, Nonmetallic Flat Gaskets for Pipe Flanges.
d. C105, Polyethylene Encasement for Gray and Ductile
Cast -Iron Piping for Water and Other Liquids.
e. C110, Ductile Iron and Gray Iron Fittings, 3 IN
through 48 IN for Water and Other Liquids.
f. C111, Gasket Joints for Cast Iron and Ductile Iron
Pressure Pipe and Fittings.
g. C115, Flanged Ductile Iron Pipe with Threaded
Flanges.
h. C150, Thickness Design of Ductile Iron Pipe.
i. C151, Ductile Iron Pipe, Centrifugally
Cast -In -Metal Molds or Sand -Lined Molds, for Water
or Other Liquids.
2. American Society for Testing and Materials (ASTM):
a. A183, Carbon Steel Track Bolts.
b. A193, Alloy -Steel and Stainless Steel Bolting
Materials for High Temperature Service.
c. A194, Carbon and Alloy Steel Nuts and Bolts for
High Pressure and High Temperature Service.
d. A307, Standard Specification for Carbon Steel
Bolts and Studs, 60,000 psi Tensile Strength.
e. D1330, Rubber Sheet Gaskets.
1.03 SUBMITTALS
City of Lubbock, Municipal Water Treatment - Contract 4
15062-1
O1
02
03
04
05
06
07
O8
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
15062-2--
01 A. Shop Drawings:
02 1. See Section 15060.
03 2. Certification of factory hydrostatic testing.
04 3. If mechanical coupling system is used, submit piping,
05 fittings, and appurtenant items which will be utilized
06 to meet coupling manufacturer's system requirements.
07
08
09 PART 2 - PRODUCTS
10
11 2.01 ACCEPTABLE MANUFACTURERS
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40'
41
42
43
44
45
46
47
48
49
50
51
52
53
A. Subject to compliance with the Contract Documents, the
following Manufacturers are acceptable:
1. Flanged adapters:
a. Rockwell (Style 912 (cast)).
b. Dresser (Style 127 (cast)).
c. Or approved equal.
2. Compression sleeve coupling:
a. Rockwell (Style 431 (cast)).
b. Dresser (Style 53 (cast)).
c. Or approved equal.
3. Mechanical coupling:
a. Victaulic (Style 31).
b. Tyler.
c. Or approved equal.
4. Glass lining:
a. Ceramic Coating (Mon -Stick Glass Lining).
b. Permutit (SG-14 Glass Lining).
c. Or approved equal.
5. Insulating couplings:
a. Rockwell (Style 416).
b. Dresser (Style 39).
6. Reducing couplings:
a. Rockwell (Style 415).
b. Dresser (Style 62).
7. Transition coupling:
a. Rockwell (Style 413).
b. Dresser (Style 62).
c. Or approved equal.
8. Polyethylene encasement tape:
a. Chase (Chasekote 750).
b. Kendall (Polyken 900).
c. 3 M (Scotchrap 50).
d. Or approved equal.
9. Restrained joints:
a. American (Lock Fast) - 12 IN and below.
b. US Pipe (TR-Flex) - 12 IN and below.
c. American (Lock Fast) - Above 12 IN.
d. US Pipe (Lock-Tite) -,Above 12 IN.
e. Or approved equal.
B. Submit requests for substitution in accordance with
City of Lubbock, Municipal Water Treatment - Contract 4.
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
i
7,
r-
1
15062-3
01
Specification Section 01640.
01
02
02
03
2.02
MATERIALS
03
04
04
05
A.
Ductile Iron Pipe:
05
06
1. ANSI C115.
06
07
2. ANSI C150.
07
08
3. ANSI C151.
08
09
09
10
B.
Fittings and Flanges:
10
11
1. ANSI C110.
11
12
2. ANSI C115.
12
13
3. Flanges drilled and faced per ANSI B16.1 for both 125
13
14
and 250 psi applications.
14
15
15
16
C.
Nuts and Bolts:
16
17
1. Hot -dipped zinc galvanized meeting ASTM A307, Grade B.
17
18
2. Heads and dimensions per ANSI B1.1.
18
19
3. Threaded per ANSI B1.1.
19
20
4. For mechanical couplings, furnish ASTM A183 or A194.
20
21
S. Two nuts provided for 1 IN diameter bolt applications
21
22
and larger.
22
23
23
24
D.
Gaskets: ANSI B16.21, ASTM D1330, Grade 1 (rubber).
24
25
25
26
E.
If mechanical coupling system is used, utilize pipe
26
27
thickness and grade required by coupling system.
27
28
28
29
F.
See Piping Schedules in Section 15060.
29
30
30
31
2.03
MANUFACTURED UNITS
31
32
32
33
A.
Couplings:
33
34
1. Flanged adaptors:
34
35
a. Unit consisting of steel or carbon steel body
35
36
sleeve, flange, followers, Grade 30 rubber
36
37
gaskets, and ASTM A307 bolts and nuts.
37
38
b. Provide units equal to those specified in Article :
38
39
2.01.
39
40
c. Supply flanges meeting standards of adjoining
40
41
flanges.
41
42
d. Rate entire assembly for test pressure specified
42
43
on piping schedule for each respective
43
44
application.
44
45
2. Compression sleeve coupling:
45
46
a. Unit consisting of steel sleeve, followers Grade
46
47
30 rubber gaskets, and ASTM A307 nuts and bolts.
47
48
b. Provide units equal to those specified in Article
48
49
2.01.
49
50
c. Supply flanges meeting standards of adjoining
50
51
flanges.
51
52
d. Entire assembly to be rated for test pressure
52
53
specified on piping schedule for each respective
53
City of Lubbock, Municipal Water Treatment - Contract 4
15062-4,
O1 application.
02 e. Provide field coating for buried couplings per
03 AWWA C203.
04 3. Mechanical couplings:
05 a. Use of mechanical couplings and fittings,in lieu
06 of flanged joints is acceptable where specifically
07 specified in Section 15060. Utilize units defined
08 in Article 2.01.
09
10 2.04 FABRICATION
11
12 A. Furnish and install without outside coatings of bituminous
13
material any exposed pipe scheduled to be painted.
14
15
B.
Furnish cast parts with lacquer finish compatible with
16
finish coat.
17
18
.2.05
LININGS AND COATINGS
19
20
A.
Where specified in piping schedule, provide epoxy linings
21
and coatings in accordance with ANSI C151 to a"minimum-
22
thickness of 20 mils in not less than two coats. Where
23
specified in piping schedule, provide cement mortar lining
24
in accordance with AWWA C104.
25
26
2.06
SOURCE QUALITY CONTROL
27
28
A.
Factory Test:
29
-
1. Subject pipe to hydrostatic test of not less than 500
30
psi with the pipe under the full test pressure for at
31
least 10 seconds.
32
33
34 PART 3 - EXECUTION
35
36 3.01 INSTALLATION
37
38
A. Joining Method - Push -On Mechanical (Gland -Type) Joints:
39
1.
Install in accordance with ANSI C111.
40
2.
Assemble mechanical joints carefully according,to
41
manufacturer's recommendations.
42
3.
If effective sealing is not obtained, disassemble,
43
thoroughly clean, and reassemble the joint.
44
4.
Do not overstress bolts.
45
5.
Where piping utilizes mechanical joints with tie rods,
46
align joint holes to permit installation of harness
47
bolts.
48
49
B. Joining
Method - Push -On Joints:
50
1.
Install in accordance with ANSI C115.
51
2.
Assemble push -on joints in accordance with
52
manufacturer's directions.
53
3.
Bevel and lubricate spigot"end of pipe to facilitate
City of Lubbock, Municipal Water Treatment - Contract 4
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
i
assembly without damage to gasket. Use lubricant that
is non -toxic, does not support the growth of bacteria,
has no deteriorating effects on the gasket material,
and imparts no taste or odor to water in pipe.
4. Assure the gasket groove is thoroughly clean.
5. For cold weather installation, warm gasket prior to
placement in bell.
6. Taper of bevel shall be approximately 30 degrees with
centerline of pipe and approximately 1/4 IN back.
C. Joining Method - Flanged Joints:
1. Install in accordance with ANSI C115.
2. Extend pipe completely through screwed -on flanged and
machine flange face and pipe in single operation.
3. Make flange faces flat and perpendicular to pipe
centerline.
4. When bolting flange joints, exercise extreme care to
ensure that there is no restraint on opposite end of
pipe or fitting which would prevent uniform gasket
compression or would cause unnecessary stress, bending
or torsional strains to be applied to cast flanges or
flanged fittings.
5. Allow one flange free movement in any direction while
bolts are being tightened.
6. Do not assemble adjoining flexible joints until
flanged joints in piping system have been tightened.
7. Gradually tighten flange bolts uniformly to permit
even gasket compression.
D. Joining Method - Mechanical Coupling Joint:
1. Arrange piping so that pipe ends are in full contact.
2. Groove and shoulder ends of piping in accordance with
manufacturer's recommendations.
3. Provide coupling and grooving technique assuring a
connection which passes pressure testing requirements.
E. Flange Adaptors 12 IN and Less:
1. Locate and drill holes for anchor studs after pipe is
in place and bolted tight.
2. Drill holes not more than 1/8 IN larger than diameter
of stud projection.
F. Cutting:
1. Do not damage interior lining material during cutting.
2. Use abrasive wheel cutters or saws.
3. Make square cuts.
4. Bevel and free cut ends of sharp edges after cutting.
G. Support exposed pipe in accordance with Sections 15060.
H. Install polyethylene encasement in full compliance to ANSI
A21.5 (AWWA C105) to all below grade duchle iron pipe
installations.
City of Lubbock, Municipal Water Treatment - Contract 4
15062-5
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
116C•ai
01
1.
Encasement shall include underground appurtenances
02
required as part of installation.
03
2.
Make sections 2 FT longer than pipe section tobe
04
covered.
05
3.
Slip tube over pipe while pipe is suspended
06
immediately before placing in trench.
07
4.
After installing in trench, pull tube ends over joint
08
and overlap.
09
5.
Fasten securely in -place on each side of each joint
10
with joint tape or strapping.
11
6.
Pull loose tube along pipe barrel up snugly around
12
pipe and fasten in -place with joint tape at 3 FT
13
intervals.
14
7.
Completely cover fittings and connections with film,
15
help snugly in -place with joint tape or -strapping .
16
17
- I. Install
restrained joint systems where specified.
18
19
J. Install
buried piping in accordance with Section 15060.
20
21
3.02 FIELD
QUALITY CONTROL
22
23
A. Test
piping systems in accordance with Section 15060.
24
25
ENO OF SECTION
City of Lubbock, Municipal Water Treatment Contract 4
01
02
03
04 ;
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
15070-1
r
1.
01
91G12
SECTION 15070
01
r•
02
02
p'
03
PIPE: REINFORCED CONCRETE CYLINDER
03
04
04
05
05
r"
06
PART 1
- GENERAL
06
07
07
08
1.01
SUMMARY
08
09
09
10
A.
Section Includes:
10
11
1. Prestressed reinforced concrete cylinder pipe and special
11
12
coatings, beveled or mitered -end pipe and fittings for
12
13
reinforced concrete cylinder pipe.
13
r
14
14
15
B.
Related Sections include but are not necessarily limited to:
15
�-
16
1. Division 0 - Bidding Requirements, Contract Forms, and
16
17
Conditions of the Contract.
17
18
2. Division 1 - General Requirements.
18
19
3. Division 2 - Site Work.
19
20
4. Section 15060 - Pipe and Pipe Fittings: General
20
21
Requirements.
21
22
22
23
1.02
QUALITY ASSURANCE
23
24
24
25
A.
Referenced Standards:
25
26
1. American Association of State Highway & Transportation
26
r"
27
Officials (AASHTO).
27
28
2. American Water Works Association (AWWA):
28
29
a. Reinforced concrete cylinder pipe:
29
30
1) C300, Reinforced Concrete Pressure Pipe, Steel
30
31
Cylinder Type for Water and Other Liquids.
31
32
2) C301, Prestressed Concrete Pressure Pipe, Steel
32
33
Cylinder Type, for.Water and Other Liquids.
33
34
b. Installation and testing:
34
{
35
1) C651, Disinfecting Water Mains.
35
36
2) M9, Installation of concrete pipe.
36
31
37
38
1.03
SUBMITTALS
38
39
39
40
A.
Shop Drawings:
40
i~
41
1. Submittal mechanics in accordance with Section 01340.
41
r
42
2. Submitted information in accordance with Section 15060.
42
43
3. Report full results of the following test reports showing
43
44
compliance with referenced standard prior to shipment of
44
45
pipe material:
45
46
a. Steel test reports.
46
47
b. Concrete test cylinder reports.
47
48
c. Rubber gasket test reports.
48
49
4. Furnish full details of reinforcement, concrete, and
49
50
joints for the straight pipe, specials, and connections.
50
51
5. Prior to manufacture of pipe, specials or fittings,
51
52
submit a tabulated layout schedule with reference to
52
53
stationing and grade line shown on Drawings. Include on
53
City of Lubbock, Municipal Water Treatment - Contract 4
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
15070-2
schedule identification of pressure zones, point of
change from one zone to another and pipe diameter.
Include detailed shop drawings giving ,full information on
amount, size, and nature of reinforcement for each
classification and size of pipe. Show details of curves,
fittings, specials, appurtenances, together with
identification marks or numbers by which location of each
pipe, special or accessory is determined in the pipeline:
Indicate elevation of each joint in vertical curves.
Indicate vertical and/or horizontal deflection of each
joint where applicable.
PART 2 - PRODUCTS
2.01 FABRICATION
A. Prestressed Reinforced Concrete Cylinder Pipe (RCCP):
1. Provide prestressed reinforced concrete cylinder pipe
(RCCP) meeting or exceeding specification AWWA C301.
Reinforce pipe with a continuous arc welded steel
cylinder with steel joint rings welded to the ends. Pipe
shall be an embedded -cylinder type with core composed of
a steel cylinder encased in concrete or a lined -cylinder
type composed of a steel cylinder lined with concrete and
both. subsequently wire -wrapped and coated with premixed
mortar.
2. Furnish RCCP designed in full accordance to following
pressure and loading conditions:
a. For this application:
(P) Operating Pressure,- 50.
(PT) Transient Pressure
(in excess of Operative Pressure) - 25.
b. For the external dead load, design for covers shown
on the Plans.
c. For live load, live load shall be equal to HS-20
truck loads in accordance with AASHTO Specifications.
2.02 COATINGS
A. Exterior Pipe Coating:
1. See Section 15060.
2. Mortar proportioning per AWWA C301, Section 3.9.
B. Interior Pipe Coating:
1. See Section 15060.
2. Mortar proportioning per AWWA C301, Section 3.9.
C. Other Protective Coatings:
1. Surfaces of steel joint rings exposed°in finished pipe
and all other exposed metal surfaces shall be shop primed
City of Lubbock, Municipal Water Treatment - Contract 4
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
r
F
O1 with manufacturer's standard rust inhibitive primer.
02 2. Mortar coating shall be used to protect all exposed steel
03 surfaces after installation.
04 3. Mortar proportioning per AWWA C301, Section 4.5.
05
06 2.03 PIPE JOINTING
07
08 A. Inside Joint:
09 1. The inside joint recess of 18 IN and smaller pipe shall
10 be filled immediately prior to placing the pipe together
11 by buttering the bell end of the pipe with mortar. After
12 the joint is engaged, the joint mortar shall be smoothed
13 and cleaned with a swab.
14 2. The inside Joint recess of 20 through 36 IN pipe shall be
15 filled immediately prior to placing the pipe together by
16 buttering the bell end of the pipe with mortar. After
17 the Joint is engaged, the Joint mortar shall be finished
18 off smooth by hand trowel.
19 3. The inside Joint recess of pipe larger than 36 IN shall
20 be filled with mortar and finished smooth by hand trowel
21 after the Joint is engaged.
22
23 B. Exterior Joint:
24 1. After the joint is engaged and the joint is checked and
25 found satisfactory, a typar (non -woven fabric) wrapper
26 with steel bands shall be placed around the pipe covering
27 the Joint. The steel bands shall be used to secure the
28 wrapper around the pipe by means of a stretcher and
29 sealer. The entire joint shall be poured with a cement
30 mortar and consolidated and rodded or agitated to
31 eliminate voids.
32
33 2.04 SOURCE QUALITY CONTROL
34
35 A. Conduct shop testing to evaluate physical properties of pipe
36 components in accordance with requirements of applicable
37 section of AWWA standard(s).
38
39 B. Provide each pipe, fittings, special appurtenance with a
40 plainly and permanently waterproofed, marked identification.
41 Include but not necessarily limit markings to the following:
42 1. Size and class of pipe, pressure rating in compliance
43 with referenced standards.
44 2. Date of manufacturer.
45 3. Manufacturer's trademark or name.
46 4. On bends, the angle turned.
47 5. On beveled pipe, amount of bevel and point of maximum
48 bevel, marked on the bevel end.
49 6. Special notations and tagging of special items in regard
50 to line location.
51
52
53 PART 3 - EXECUTION
City of Lubbock, Municipal Water Treatment - Contract 4
15070-3
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
15070-4
3.01 INSTALLATION
A. Install products in accordance with manufacturer's
instructions.
B. Refer to Section 15060.
C. Installation, delivery, storage of pipe materials. Observe
all recommendations in accord with AWWA M9 for installation,,
delivery and storage of pipe materials.
D. Joints, Curves, and Fittings:
1. Joints:
a. Install sealed joints using continuous steel end ring
with spigot groove and 0-ring gasket, equivalent to
United States Bureau of Reclamation Type R-2.
1) Ensure rubber gasket serves as the sole element
to make the joint watertight.
2) 0-ring to have a smooth surface, free from
pitting, blisters, porosity and other
imperfections.
3) Cement mortar or plastic materials used to finish
joints shall not be depended upon for
watertightness.
2. Curves:
a. Observe Drawings for details regarding changes in
direction.
b. Where changes of direction by curvature is
acceptable, perform curve by deflecting pipe at each
Joint within the permissible joint deflection
allowance recommended by the manufacturer.
c. Employ the use of special radius (bevelled or
mitered) pipe where deflected straight pipe will not
provide a short enough change in radius.
3. Fittings:
a. In addition to straight pipe or radius pipe, furnish
bends, tees, adapters, closures pieces, and other
fittings or specials shown on Drawings or required to
complete the work.
b. Provide specials and fittings in accordance with AWWA
C301 and construct in accordance with stated design
pressures equal to or greater than that of the
adjacent pipe.
c. Fittings may be smooth or mitered providing mitered
angles do not exceed 22-1/2 degrees and fitting has
an R/d greater or equal to 1, where:
1) R - radius of bend, IN.
2) d - diameter of pipe, IN.
E. Connections with Existing Work:
1. Refer to Section 15060.
2. Observe procedures outlined in AWWA C651 for cutting into
City of Lubbock, Municipal Water�Treatment - Contract 4
01
02
03
04
05
.06 .
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
or repairing existing mains.
F. Thrust and Anchor Blocking:
1. Refer to Section 15060 and Contract Drawings.
3.02 FIELD QUALITY CONTROL
A. General:
1. Subject pipe to the required in -place tests.
B. Pressure Testing:
1. Hydrostatic tests: For pressure service reinforced
concrete cylinder pipe (RCCP), test each section
hydrostatically for pressure test and allowable leakage
test immediately after construction.
a. Prior to the initial filing of piping before testing,
ensure that permanent concrete blocking and
restraining facilities are in place and sufficiently
cured. Backfill above sections of piping required to
have end blocked or be restrained prior to test.
b. Supply test plugs necessary to prevent specified test
pressure from being applied to any existing system
pipes and valves. Furnish test pump and equipment
necessary to apply test pressures prescribed.
c. Provide water and pressure measurement devices
providing an accuracy of measurement of ±1
percent and ensure that those devices can be utilized
continuously without interruption for the duration of
the test.
d. Subject all sections of piping system to hydrostatic
test pressure of 30 psi for 4 HRS. Inspect and
perform test in full.
2. Leakage test:
a. Perform leakage test in conjunction with pressure
test.
b. Ensure that air has been thoroughly evacuated from
the piping prior to starting the test.
c. Ensure that test pressure has stabilized.
d. Note time of test start and force metered water into
the line to maintain pressure within stated
variances.
e. Piping system or any section shall not be acceptable
until the leakage rate is less than 15 GAL/IN
diameter per mile per day.
f. If leakage rate is excessive, perform necessary
surveys for defect or damage and repair damage and
defects immediately.
g. Conduct testing procedures in the presence of
Engineer or his authorized representative.
h. Safeguard the entire piping system from damage prior
to and during all test procedures.
i. Perform all repair and replacement work in accordance
with Engineer's directions.
City of Lubbock, Municipal Water Treatment - Contract 4
15070-5
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
15070=6
01
02
03
04
05
06
J. Undertake repairs immediately after the test period.
k. Repairs, replacement of defective materials,
additional retesting and all costs incurred shall be
performed at no additional cost to Owner.
END OF SECTION
City of Lubbock, Municipal Water Treatment Contract 4
O1
02
03
04
05
06
r
01
91G12 SECTION 15090
02
03
PIPE SUPPORT SYSTEMS
04
05
06
PART 1 - GENERAL
07
08
1.01 SUMMARY
09
10
A. Section Includes:
11
1. Pipe support and anchor systems.
F^
12
13
B. Related Sections include but are not necessarily limited to:
"
14
1. Division 0 - Bidding Requirements, Contract Forms, and
15
Conditions of the Contract.
16
2. Division 1 - General Requirements.
17
3. Section 09905 - Painting and Protective Coatings.
18
19
1.02 QUALITY ASSURANCE
20
21
A. Referenced Standards:
22
1. American National Standards Institute (ANSI):
23
a. B31.1, Power Piping.
24
b. B31.3, Chemical Plant and Petroleum Refinery Piping.
25
2. American Society for Testing and Materials (ASTM):
r-
26
a. A153, Standard Specification for Zinc Coating
27
(Hot -Dip) on Iron and Steel Hardware.
28
b. A385, Standard Practice for Providing High Quality
r„
29
Zinc Coatings (Hot -Dipped).
30
c. A575, Merchant Quality Hot -Rolled Carbon Steel Bars.
31
3. American Welding Society (AWS):
32
a. D1.1, Structural Welding Code - Steel.
P'
33
4. Manufacturer's Standardization Society of the Valve and
34
Fittings Industry (MSS):
35
a. SP-58, Pipe Hangers and Supports - Materials, Design
�..,
36
and Manufacture.
37
b. SP-69, Pipe Hangers and Supports - Selection and
38
Application.
39
40
1.03 SUBMITTALS
41
42
A. Shop Drawings:
43
44
1. -See Section 01340.
2. Product technical data including:
45
a. Acknowledgement that products submitted meet
46
requirements of standards referenced.
r'
47
b. Manufacturer's installation instructions.
48
c. Itemized list of wall sleeves, anchors, support
49
devices and all other items related to pipe support
r51
50
system.
d. Scale drawings showing guides, hangers, supports,
52
anchors, structural members and appurtenances to
53
describe the pipe support system.
f.
City of Lubbock, Municipal Water Treatment - Contract 4
r-
1
15090-1
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
15090-2
01
01
02
02
03
PART
2 - PRODUCTS
03
04
04
05
2.01
MANUFACTURED UNITS
05
06
06
07
A.
General:
07
08
1. Contact between dissimilar metals shall be prevented.
08
09
2. Pipe in contact with dissimilar metal shall be rubber or
09
10
vinyl coated.
10
11
3. Pipe supports in the following areas shall be stainless
11
12
steel (AISI Type 304 or 316):
12
13
a. Inside water containing structures.
13
14
4. All others, unless otherwise noted, shall be hot -dipped
14
15
galvanized in accordance with ASTM A153 and A385.
15
16
16
17
B.
Hanger Rods:
17
18
1. Material: ASTM A575.
18
19
2. Continuously threaded.
19
20
3. Electro-galvanized or cadmium plated after threads are
20
21
cut.
21
22
4. Load limit:
22
23
23
24
NOMINAL ROD DIAMETER MAXIMUM SAFE LOAD, (LBS)
24
25
-------------------------------------------
25
26
3/8 IN DIA (min) 610
26
27
1/2 IN DIA 1,130
27
28
5/8 IN DIA- 1,810
28
29
3/4 IN DIA 2,710
29
30
7/8 IN DIA 3,770
30
31
1 IN DIA 4,960
31
32
32
33
C.
Hangers:
33
34
1. Hangers for use directly on copper pipe: Copper or
34
35
cadmium plated.
35
36
2: Hangers for use other than directly on copper pipe:
36
37
Cadmium plated or galvanized.
37
38
3. Hanger type schedule:
38
39
39
40
APPLICATION PIPE SIZE HANGER TYPE
40
41
-------------------------------
41
42
42
43
All except noted 4 IN & less ITT Grinnell Figure 108
43
44
with Figure 114
44
45
45
46
All except noted Thru 24 IN ITT Grinnell Figure
46
47
260, except Figure 590
47
48
for cast iron pipe
48
49
49
50
Steam, condensate All ITT Grinnell Figure 181
50
51
and.hot water and Figure 82
51
52
52
53
D.
Concrete Inserts for Hanger Rods:
53
City of Lubbock, Municipal Water Treatment - Contract 4
r
r
k
01
1. Continuous slots: Unistrut #P3200.
02
2. Individual inserts: ITT Grinnell Figure 281.
€
03
3. Self -drilling expansion anchors: Phillips flush -end or
04
snap -off end type.
05
l
06
E.
Beam Clamps for Hanger Rods:
07
1. Heavy duty.
08
2. ITT Grinnell Figure'134.
r09
10
F.
Trapeze Hangers for Suspended Piping:
11
1. Material: Steel, galvanized.
12
2. Angles, channels, or other structural shapes.
13
3. Curved roller surfaces at support point corresponding
14
with type of hanger required.
15
r
16
G.
Vertical Pipe Supports:
l
17
1. At base of riser.
18
2. Lateral movement:
�-
19
a. Clamps or brackets:
20
1) ITT Grinnell Figure 261 with:
21
a) Figure 112 and 113 for 2-1/2 IN DIA and less.
22
b) Figure C-211 for 3 IN DIA and larger or pipe
23
rack.
!
24
25
H.
Expanding Pipe Supports:
26
1. Spring hanger type.
27
2. MSS SP-58.
28
29
I.
Pipe Support Saddle:
r
30
1. For pipe located 3 FT or less from floor elevator, except
l
31
as otherwise indicated on Drawings.
32
2. ITT Grinnell Figure 264.
33
34
J.
Pipe Support Risers:
35
1. Schedule 40 steel pipe.
36
2. Finish: Galvanized.
37
3. As recommended by saddle manufacturer.
38
39
K.
Pipe Support Base Plate:
►�
40
1. 4 IN larger than support.
41
2. Collar 3/16 IN thickness, circular in shape, and sleeve
42
type connection to pipe.
43
3. Collar fitted over outside -of support pipe and extended 2
44
IN from floor plate.
45
4. Collar welded to floor plate.
46
5. Edges ground smooth.
r
47
6. Assembly hot dipped galvanized after fabrication.
!f
48
49
L.
Pipe Covering Protection Saddle:
50
1. For insulated pipe at point of support.
51
2. ITT Grinnell Figure 167, Type B.
52
53
M.
Wall Brackets:
r
City of Lubbock, Municipal Water Treatment - Contract 4
15090-3
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
15090-4
1. For pipe located near walls and 8 FT or more above floor
01
elevation or as otherwise indicated on the Drawings.
02
2. ITT Grinnell Figure 199.
03
04
N.
Pipe Anchors:
05
1. For locations shown on the Drawings.
06
2. 1/4 IN steel plate construction.
07
3. Hot dipped galvanized after fabrication.
08
4. Designed to prevent movement of pipe at point of
09
attachment.
10
11
0.
Pipe Guides:
12
1. For locations on both sides on each expansion joint or
13
loop.
14
2. To ensure proper alignment of expanding or contracting
15
pipe.
16
3. ITT Grinnell Figure 256.
17
18
P.
Substitutions:
19
1. Submit requests for substitutions in accordance with
20
Specification Section 01640.
21
22
2.02
DESIGN REQUIREMENTS
23
24
A.
Supports capable of supporting the pipe for all service and
25
testing conditions.
26
27
B.
Allow free expansion and contraction of the piping to prevent
28
excessive stress resulting from service and testing
29
conditions or from weight transferred from the piping or
30
attached equipment.
31
32
C.
Design supports and hangers to allow for proper pitch of
33
pipes.
34
35
D.
For chemical and waste piping, design, materials of
36
construction and installation of pipe hangers, supports,
37
guides, restraints, and anchors:
38
1. ANSI B31.3.
39
2. MSS SP-58 and SP-69.
40
3. Except where modified by this Specification.
41
42
E.
For steam and hot and cold water piping,, design, materials of
43
construction and installation of pipe hangers, supports,
44
guides, restraints, and anchors:
45
1. ANSI B31.1.
46
2. MSS SP-58 and SP-69.
47
48
F.
Check all physical clearances between piping, support system
49
and structure.
50
1. Provide for vertical adjustment after erection.
51
52
G.
Support vertical pipe runs in pipe chases at base of riser.
53
City of Lubbock, Municipal Water Treatment - Contract 4
r
15090-5
01
Support pipes for lateral movement with clamps or brackets.
01
02
02
03
H. Place hangers on outside of pipe insulation. Use a pipe
03
04
covering protection saddle for insulated pipe at support
04
05
point.
05
06
1. Insulated piping 1-1/2 IN and less:
06
07
a. Provide a 9 IN length of 9 LB density fiberglass
07
08
insulation at saddle.
08
09
2. Insulated piping over 1-1/2 IN:
09
10
a. Provide a 12 IN length of 9 LB density fiberglass
10
11
insulation on saddle.
11
12
12
13
I. Provide 20 GA galvanized steel pipe saddle for fiberglass and
13
14
plastic support points to ensure minimum contact width of 4
14
15
IN.
15
16
16
17
J. Pipe Support Spacing:
17
18
1. General:
18
19
a. Locate pipe supports at maximum spacing scheduled
19
20
unless indicated otherwise on the Drawings.
20
21
b. Provide at least one support for each length of pipe
21
22
at each change of direction and at each valve.
22
23
2. Steel, stainless steel, cast-iron pipe support schedule:
23
24
24
25
PIPE SIZES - IN MAXIMUM SPAN - FT
25
26
--------------------------------
26
27
1-1/2 and less 5
27
28
2 thru 4 8
28
29
5 thru 8 10
29
30
10 and greater 10
30
31
31
32
3. Copper Pipe Support Schedule:
32
33
33
34
PIPE SIZES - IN MAXIMUM SPAN - FT
34
35
--------------------------------
35
36
2-1/2 and less 5
36
37
3 thru 6 8
37
38
8 and greater 8
38
39
39
40
4. PVC Pipe Support Schedule:
40
41
41
42
PIPE SIZES - IN' MAXIMUM SPAN - FT
42
43
--------------------------------
43
44
1-1/4 and less 3
44
45
1-1/2 thru 3 4
45
46
4 and greater 5
46
47
47
48
* Maximum fluid temperature of 120 DegF.
48
49
49
50
5. Support each length and every fitting:
50
51
a. Bell and spigot piping:
51
52
1) At least one hanger.
52
53
2) Applied at bell.
53
City of Lubbock, Municipal Water Treatment - Contract 4
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
15090-6 —
b. Mechanical coupling joints:
01
1) Place hanger within 2 FT of each side of fittings
02
to keep pipes in alignment.
03
6. Space supports for soil and waste pipe and other piping
04
systems not included above every 5 FT.
05 —
7. Provide continuous support for nylon tubing.
06
07
08
PART 3
- EXECUTION
09 —
10
3.01
INSTALLATION
11
12
A.
Provide piping systems exhibiting pulsation, vibration,
13
swaying, or impact with suitable constraints ,to correct the
14
condition.
15
1. Included in this requirement are movements from:
16 —
a. Trap discharge.
17
b. Water hammer.
18
c. Similar internal forces.
19 —
20
B.
Provide additional supports as required adjacent to
21
couplings.
22
_
23
C.
Piping Connections to Equipment: Support pipe with pipe
24
support and not on equipment.
25
26
D.
Stacked Pipes: No pipe to be supported from pipe above.
27
28
E.
Pedestal Pipe Supports:
29 _
1. Provide isolation pad under anchoring flanges.
30
2. Locations:
31
a. Adjacent to equipment.
32
b. At other locations as required to provide vibration
33 --
isolation.
34
35
F.
Support all piping to prevent undue strain on any valve;
36 _
fitting or piece of equipment.
37
1. Locations:
38
a. Changes in direction.
39
b. Change in elevation.
40 —
c. Adjacent to flexible couplings.
41
42
G.
Weld Supports:
43 _
1. AWS D1.1.
44
2. Weld anchors to pipe in accordance with ANSI B31.3.
45
46
H.
Locate piping and pipe supports as to not interfere with open
47 —
accesses, walkways, platforms, and with maintenance or
48
disassembly of equipment.
49
50
I.
Inspect hangers for:
51
1. Design offset.
52
2. Adequacy of clearance for piping and supports in the hot
53
City of Lubbock, Municipal Water Treatment - Contract 4
15090-7
O1
and cold positions.
01
02
3. Guides to permit movement without binding.
02
03
4. Adequacy of anchors.
03
04
04
05
J.
Inspect hangers after erection of piping systems and prior to
05
06
pipe testing and flushing.
06
07
07
08
K.
Install individual or continuous slot concrete inserts for
08
09
use with hangers for piping and equipment.
09
10
1. Install concrete inserts as concrete forms are installed.
10
11
11
12
L.
Welding:
12
13
1. Welding rods: ASTM and AWS standards.
13
14
2. Integral attachments:
14
15
a. Include welded -on ears, shoes, plates and angle
15
16
clips.
16
17
b. Ensure material for integral attachments is of good
17
18
weldable quality.
18
19
3. Preheating, welding and postheat treating: ANSI B31.3,
19
20
Chapter V.
20
21
21
22
M.
Field Painting:
22
23
1. Comply with Section 09905.
23
24
24
25
END OF SECTION
25
r
r
City of Lubbock, Municipal Water Treatment - Contract 4
(THIS PAGE LEFT BLANK INTENTIONALLY)
01
91H07
SECTION 15100
r
02
t
03
VALVES: GENERAL REQUIREMENTS
`
04
05
06
07
PART
1 - GENERAL
08
09
1.01
SUMMARY
[
10
11
A.
Section Includes:
12
1. Valving, operators, and valving appurtenances.
i
13
14
B.
Related Sections include but are not necessarily limited
15
to:
f-
16
1. Division 0 - Bidding Requirements, Contract Forms, and
17
Conditions of the Contract.
18
2. Division 1 - General Requirements.
19
3. Section 11005 - Equipment: General Requirements.
20
4. Section 15060 - Pipe and Pipe Fittings: General
21
Requirements.
22
5. Section 15101 - Gate Valves.
23
6. Section 15103 - Butterfly Valves.
24
7. Section 15105 - Globe Valves.
25
8. Section 15114 - Miscellaneous Valves.
r
26
27
1.02
QUALITY ASSURANCE
28
29
A.
Referenced Standards:
30
1. American National Standards Institute (ANSI):
31
a. B1.20.1, Pipe Threads, General Purpose.
32
b. B16.1, Cast Iron Pipe Flanges and Flanged
33
Fittings.
34
c. B16.18, Cast Copper Alloy Solder Joint Pressure
35
Fittings.
36
2. American Water Works Association (AWWA):
r
37
a. C111, Rubber -Gasket Joints for Ductile Iron and
38
Gray Iron Pressure Pipe and Fittings.
39
b. C207, Steel Pipe Flanges for Waterworks Service -
�.
40
Sizes 4 IN through 144 IN.
41
c. C500, Gate Valves for Water and Sewerage Systems.
42
d. C504, Rubber -Seated Butterfly Valves.
43
e. C509, Resilient -Seated Gate Valves 3 through 12
r
44
NPS, for Water and Sewage Systems.
45
3. Manufacturers Standardization Society of the Valve and
46
Fittings Industry, Inc.(MSS).
r.
47
4. National Electrical Manufacturers Association (NEMA):
48
a. MG1, Motors and Generators.
49
b. ICS 6, Enclosures for Industrial Controls and
50
Systems.
r
51
52
1.03
DEFINITIONS
53
{
k
City of Lubbock, Municipal Water Treatment - Contract 4
15100-1
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
r
i
15100-2
01 A. The following are definitions of abbreviations used in the
02
referenced Sections cited in Paragraph 1.01 B.
03
1.
WOG:
Water, oil, gas working pressure.
04
2.
WWP:
Water working pressure.
05
3.
CWP:
Cold water working pressure.
06
4.
SWP:
Steam working pressure.
07
08 1.04 SUBMITTALS
09
10 A. Shop Drawings:
11
1.
See
Section 01340.
12
2.
Product technical data including:
13
a.
Acknowledgement that products submitted meet
14
requirements of standards referenced
15
b.
Manufacturer's installation instructions.
16
c.
Valve pressure/temperature rating.
17
d.
Valve material of construction.
18
e.
Special linings.
19
f.
Valve dimensions and weight.
20
g.
Valve flow coefficient.
21
3.
For
valves with electric actuators additionally
22
provide wiring and control diagrams.
23
24
B. Operation and Maintenance Manuals:
25
1.
See
Section 01340.
26
27
28 PART 2 - PRODUCTS
29
30 2.01 ACCEPTABLE MANUFACTURERS
31
32 A. Valves:
33 1. Refer to individual valve specification sections.
34
35 B. Actuators:
36 1. Electric:
37 a. EIM.
38 b. Limitorque Corp.
39 c. Auma.
40
41 2.02 MATERIALS
42
43 A. Valves:
44 1. Refer to individual valve specification sections.
45
46 B. Valves Actuators:
47 1. Provide manual actuators for all valves not specified
48 to be electrically actuated.
49 2. Unless otherwise noted valve actuators shall conform
50 to AWWA C504.
51 3. Handwheel operators:
52 a. Gate and globe valves, 4 IN DIA and smaller.
53 b. Size in accordance with AWWA C500.
City of Lubbock, Municipal Water. Treatment - Contract 4
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
i
7
15100-3
01
4.
Lever operators:
01
02
a.
Plug, butterfly and ball valves, 4 IN DIA and
02
03
smaller.
03
04
b.
Levers for butterfly valves to have minimum five
04
05
06
intermediate lock positions between full open and
full close.
05
06
07
5.
Gear operators:
07
08
a.
Plug, butterfly and ball valves, 6 IN DIA and
08
�^
09
larger.
09
9
10
b.
Gate valves, 16 IN DIA and larger: See AWWA C500.
10
11
c.
Totally enclosed, permanently lubricated and with
11
12
sealed bearings.
12
7
13
6.
Operators 6 FT or more above floor or grade, provide
13
t,
14
chainwheel with operating chain as follows:
14
15
a.
Chain guide for rapid operation without "gagging"
15
16
the wheel and wit reasonable side pull.
16
17
b.
Extensions as required to prevent interference wit
17
18
adjacent piping, equipment or structures.
18
,.,
19
c.
Chain: Heavy zinc or cadmium plated and looped to
19
20
extend 3 FT off the floor or grade.
20
k
21
d.
Provide wall -mounted pipe sleeves connected to the
21
22
wall to hold chain away from passageways.
22
23
7.
Buried valves or valves operated through floor boxes:
23
9
24
a.
2 IN standard wrench keys.
24
25
b.
Provide two operating keys.
25
r.
26
c.
Screw or slide type adjustable cast-iron box, 5 IN
26
27
minimum diameter, and identifying cover.
27
28
d.
Per AWWA C500, Section 19.
28
29
8.
Rotation:
29
30
a.
Counterclockwise to open, as viewed from the top.
30
31
b.
Word "OPEN" and an arrow indicating direction to
31
32
open cast on each valve body or operator.
32
33
34
9.
Extension Stems:
Provide for buried
33
34
a.
valves with operating nuts more
'
35
than 30 IN below grade, and as specified, shown
35
36
on Drawings, or required for proper operation.
36
37
b.
Non -rising stems:
37
38
1) Solid steel shaft with OD not less than 00 of
38
39
valve stem, or galvanized steel pipe with ID
39
�.
40
not less than OD of valve stem.
40
41
2) Flexible socket coupling.
41
42
3) All other connections: Pinned, keyed or
42
43
socket.
43
44
c.
Rising stem:
44
45
1) Stainless steel or carbon steel shafting with
45
46
OD not less than OD of valve stem.
46
,.
47
2) Bronze or stainless steel sleeves securely
47
48
attached to stem.
48
49
3) Sleeve length and location to extend through
49
50
each stem guide throughout full vertical
50
r'
51
travel of stem.
51
4
52
d.
Stem guides:
52
53
1) Cast iron, bronze bushed, adjustable in two
53
City
of Lubbock, Municipal Water Treatment - Contract 4
P"
15100-4
10.
11.
12.
13.
directions.
01
2) Extensions stem greater than 10 FT or weight
02
greater than 20 LBS: Design top guide to
03
carry stem weight and provide suitable thrust
04
bearing to carry extension stem weight.
05
3) Maximum spacing:
06
a) Non -rising stem: 100 times stem OD.
07
b) Rising stem: 60 times stem OD.
08
c) 10 FT maximum.
09
e.
2 IN standard operating nut.
10
Operating
stands:
11
a.
Provide as indicated on Drawings.
12
b.
Fabricated steel or cast iron.
13
c.
Support handwheel or level 36 IN above floor.
14
d.
Handwheel diameter: 8 IN minimum.
15
e.
Standard weight galvanized pipe sleeve through
16
floor.
17
Floor
Boxes:
18
a.
Location: Openings for concrete slab for key
19
operation of wrench nuts in or below slab.
20
b.
Cast iron with cover.
21
c.
Depth: As required.
22
d.
Nut in slab: Provide stem guide to center nut in
23
box.
24
e.
Nut below slab: Bottom opening to permit key
25
passage
26
f.
Coating: Box and cover dipped in asphalt varnish.
27
g.
Word "VALVE" vast on each cover.
28
Valve boxes:
29
a.
Provide for`all buries valves.
30
b.
Cast iron extension sleeve type with boxes and
31
covers.
32
c.
Depth: As required.
33
d.
Minimum diameter: 5 IN.
34
e.
Minimum thickness: 3/16 IN.
35
f.
Coating: Box, cover and base dipped in asphalt
36
varnish.
37
g.
Word "VALVE" cast on cover.
38
Electric
Actuators:
39
a.
See AWWA C504 and C540. _
40
b.
Provide electric actuators where listed in these
41
Specifications and/or shown on Drawings.
42
c.
Each actuator to consist of:
43
1) Motor.
44
2) Gearing.
45
3) Handwheel.
46
4) Limit and torque switches.
47
5) Lubricants.
48
6) Heating elements.
49
7) Wiring.
50
8) Terminals.
51
9) Integral non -solid state reversing controller
52
constructed as a self-contained unit.
53
City of Lubbock, Municipal Water Treatment - Contract 4
15100-5
r
01
d.
Housing: Cast, weatherproof, NEMA 4.
02
e.
Operating time from fully open to fully closed or
03
the
reverse:
04
1)
120 sec.
05
f.
Motors:
r
06
1)
Mounted horizontally adjacent to or vertically
07
above gearing.
08
2)
Do not mount with motor vertical below
�-
09
gearing.
10
3)
Totally enclosed, high -torque, designed
11
expressly for valve operator service.
12
4)
Capable of operating valve under full
r
13
differential pressure for two complete
!..
14
open -close cycles without overheating.
15
5)
Voltage rating: Squirrel cage induction
16
motors rated for 480V, 3 phase, 60 Hz power
17
supply.
18
6)
In accordance with Section 11005.
19
g.
Gearing:
{�
20
1)
All grease -lubricated.
l
21
2)
Service factor: 2.0.
22
3)
Effectively sealed against entrance of foreign
23
matter.
24
4)
AGMA nameplate not required.
25
5)
Design to permit field ratio changes.
26
6)
Designed so motor comes up to speed before
r
27
stem load is encountered in opening and
+.
28
closing direction.
29
7)
Non-metallic, aluminum, or cast gearing not
30
allowed.
31
8)
Gearing supported in antifriction bearings.
32
h.
Handwheel mechanism:
33
1)
Designed so metallic handwheel does not
34
operate during motor operation.
35
2)
Designed so motor does not rotate when
36
handwheel is rotated.
•-
37
3)
Actuator responsive to electrical power and
38
control at all times, instantly disengaging
`
39
handwheel.
40
4)
Rotation: Counterclockwise to open.
r"
41
5)
An arrow indicating the open direction and the
G
42
word "OPEN" cast on the handwheel.
43
6)
Maximum force required: 80 LBS.
•-
44
i.
Torque switches:
45
1)
Provide opening and closing torque and thrust
46
limit switches.
47
2)
Micrometer adjustment on each switch:
48
a) Reference setting indicator.
y
49
b) Variability: 40 percent.
50
3)
Contact rating: 6 A inductive at 120 V AC and
r-
51
2.2 A at 115 V DC.
52
j.
Geared limit switches:
53
1)
Space for four -geared limit switch assemblies.
City
of Lubbock, Municipal Water Treatment - Contract 4
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
15100-6
01
2) Provide three separate limit switch
01
02
assemblies.
02
03
3) Each assembly geared to driving mechanism and
03
04
independently adjustable to transfer at any
04
05
point between fully open and fully closed
05
06
valve position.
06
07
a) 3 A at 240 V AC, 1.5 A at 480 V AC.
07
08
4) Contact rating: 6 A inductive at 120 V AC,
08
09
2.2 A at 115 V DC, and 1.1 A at 230 V DC.
09
10
5) Set limit switches as indicated on Figure
10
11
15100-1 of this section.
11
12
k.
Heating elements:
12
13
1) Provide in motor and geared limit switch
13
14
compartment.
14
15
2) Rated 120 V AC.
15
16
3) Continuously energized from control power
16
17
transformer.
17
18
1.
Motor overload protective device in each phase.
18
19
m.
A nameplate of permanent type construction on the
19
20
controller enclosure identifying the equipment
20
21
controlled with letters and numerals not less than
21
22
3/4 IN high.
22
23
n.
Mechanically and electrically reversing
23
24
controller.
24
25
o.
Furnish reversing controller with control power
25
26
transformer, open -close indicating lights and push
26
27
buttons, and hand -off -auto selector switch.
27
28
p.
Provided with the necessary direct operated
28
29
auxiliary contacts for required interlocking and
29
30
control.
30
31
q.
NEMA Size 1 minimum.
31
32
r.
Controller for modulating operation:
32
33
1) Terminal facilities:
33
34
a) Provide for connection to:
34
35
(1) Motor leads.
35
36
(2) Switches.
36
37
(3) Slide -wire type position indicating
37
38
potentiometer (0-1,000-ohm) or mylar
38
39
precision type position indicating
39
40
potentiometer (as specified).
40
41
(4) 4-20 mA position control signal.
41
42
(5) Heating elements in motor and geared
42
43
limit switch compartment.
43
44
(6) Remote control wiring as indicated
44
45
herein.
45
46
2) Controller with proportional position
46
47
servo -amplifier mounted integral to operator:
47
48
a) Position of valve shall be capable of
48
49
control when the automatic mode by a 4-20
49
50
mA signal which in turn operates a
50
51
mechanical reversing starter.
51
52
b) Include in servo -amplifier adjustments for
52
53
zero, span, gain, and dead -band.
53
City of Lubbock, Municipal Water Treatment `- Contract 4
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
3) Provide with electronic type position
transmitter.
a) Isolated 4-20 mA do output capable of 0 to
500 ohms.
b) Accuracy: +/- 2 percent of span.
c) 1 percent repeatability and hysteresis.
2.03 FABRICATION
A. Valves:
1. End connections:
a. Provide end connections for valves as required in
the Piping Schedules presented in Section 15060.
b. Assure end connections meet the following
standards:
1) Threaded: ANSI B1.20.1.
2) Flanged: ANSI B16.1 Class 125 unless
otherwise noted or AWWA C207.
3) Bell and spigot or mechanical (gland) type:
AWWA C111.
4) Soldered: ANSI 816.18.
2. Refer to individual sections for specifications of
each type of valve on Project.
PART 3 - EXECUTION
3.01 INSTALLATION
A. Install in accordance with manufacturer's instructions.
B. Protect all bolts with corrosion -resistant paint or
polyethylene wrapping.
1. Refer to Section 09905 for painting and protective
coatings.
C. Setting Outside Valves:
1. Locate valves installed in trenches where indicated on
Drawings.
2. Set valves and valve boxes plumb.
3. Place valve boxes directly over valves with top of box
being brought to surface of finished grade.
4. After installation, fill in earth for distance of 4 FT
on each side of box.
D. Support exposed piping adjacent to valves to eliminate
pipe loads being transferred to valve.
E. Install electric or cylinder operator above or
horizontally adjacent to valve and gear box.
F. For threaded valves, provide union on one side to allow
valve removal.
City of Lubbock, Municipal Water Treatment - Contract 4
15100-7
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
15100-8
01
02 3.02 ADJUSTING
03
04 A. Make all adjustments to valves, operators and appurtenant
05
equipment prior to Project
acceptance. Operate valve,
06
open, close
at system pressures.
07
08
3.03 SCHEDULES
09
10
A. Unless shown
otherwise on
Drawings and drawing schedules,
11
provide valves
as follows:
12
13
SERVICE
- SIZE
TYPE `
14
-------
----
----
15
16
Water
2-1/2 IN
150 LB bronze globe, union bonnet,
17
and
renewable Teflon disc; see Section
18
smaller
15105 - Globe Valves
19
20
3 IN to
Gate valves, double disc, AWWA
21
12 IN
C500; see Section 15101 - Gate
22
Valves
23
24
14 IN and
Butterfly valve, rubber seated,
25
larger
AWWA C-504; see Section 15103 -
26
Butterfly Valves
27
28
29
END
OF SECTION
City of Lubbock, Municipal Water Treatment- Contract 4
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
6MG CLEARWELL
OUTLET VALVES (20's & 5411)
CONTROL SCHEMATIC
ALL DEVICES LOCATED AT VALVE ACTUATOR EXCEPT AS NOTED
® - LOCATED AT EFFLUENT FLOW CONTROL PANEL
ImCITY OF LUBBOCK, TEXAS
LUBBOCK WATER TREATMENT
PLANT IMPROVEMENTS
!-DR Enowava by—*1 6 MG CLEARWELL
GLS COMPT
Date
9 24 91
Figure
15100-1
(THIS PAGE LEFT BLANK INTENTIONALLY)
7,
15101-1
O1
91F13
SECTION 15101
01
02
02
03
GATE VALVES
03
04
04
05
05
06
PART
1 - GENERAL
06
07
07
08
1.01
SUMMARY
08
09
09
10
A.
Section Includes:
10
11
1. Gate valves.
11
12
12
13
B.
Related Sections include but are not necessarily limited
to: 13
14
1. Division 0 - Bidding Requirements, Contract Forms, and
14
15
Conditions of the Contract.
15
16
2. Division 1 - General Requirements.
16
17
3. Section 15100 - Valves: General Requirements.
17
18
18
19
1.02
QUALITY ASSURANCE
19
20
20
21
A.
Referenced Standards:
21
22
1. American Water Works Association (AWWA):
22
23
a. C500, Gate Valves for Water and Sewerage Systems.
23
24
b. C509, Resilient Seated Gate Valves, 3 through 12
NPS, 24
25
for Water and Sewerage Systems.
25
26
2. Manufacturer's Standardization Society of the Valve and
26
27
Fittings Industry, Inc (MSS):
27
28
a. SP-9, Spot Facing for Bronze, Iron and Steel Flanges.
28
29
b. SP-70, Cast Iron Gate Valves, Flanged and Threaded
29
30
Ends.
30
31
c. SP-80, Bronze Gate, Globe, Angle and Check Valves.
31
32
32
33
1.03
DEFINITIONS
33
34
34
35
A.
NRS: Nonrising Stem.
35
36
36
37
1.04
SUBMITTALS
37
38
38
39
A.
Shop Drawings:
39
40
1. See Section 15100.
40
41
41
42
B.
Operation and Maintenance Manuals:
42
43
1. See Section 01340.
43
44
44
45
45
46
PART
2 - PRODUCTS
46
47
47
48
2.01
ACCEPTABLE MANUFACTURERS
48
49
49
50
A.
Subject to compliance with the Contract Documents, the
50
51
Manufacturers listed under the specific valve types are
51
52
approved.
52
53
53
City of Lubbock, Municipal Water Treatment - Contract 4
15101-2
O1 2.02
02
03 A.
04
05
06
07
08
09
10
11
12
13
14
15 2.03
16
17 A.
18
19 B.
20
21 2.04
22
23 A.
24
25
26
27
28 B.
29
30
31
32
33
34 C.
35
36 2.05
37
38 A.
39
40
41
42
43 B.
44
45
46
47
48
49
50
51
52
53
MANUFACTURED UNITS
Water, 3 to 12 IN DIA:
1. Double disc gate valve:
a. 200 psi working pressure.
b. Conform to AWWA C500.
c. Exposed - NRS, 0-ring, stem seal.
d. Handwheel operator.
2. Manufacturers:
a. Clow.
b. Mueller.
c. American Darling.
d. M & H.
ACCESSORIES
Furnish operator integral with valve.
Refer to Section 15100 for operator requirements.
FABRICATION
General:
1. Provide valves with clear waterways the full diameter of
the valve.
2. Fabricate to meet AWWA or MSS standard referenced.
Gear Operators:
1. Provide with accurately formed, smooth running bevel
gears, with pinion shaft operating in bronze (permanently
sealed) antifriction bearings.
2. Provide valves with grease cases for bevel gearing.
Spot valves in accordance with MSS SP-9.
SOURCE QUALITY CONTROL
Perform following tests, in accordance with AWWA C500, on
valves constructed in accordance with AWWA C500:
1. Operation test.
2. Hydrostatic test.
Perform following tests, in accordance with AWWA C509, on
valves constructed in accordance with AWWA C509:
1. Operation test.
2. Shell test.
3. Seal test.
4. Hydrostatic test.
5. Torque test.
6. Leakage test.
7. Pressure test.
City of Lubbock, Municipal Water Treatment - Contract 4
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
r
15101-3
01 PART 3 - EXECUTION
02
03 3.01 INSTALLATION
04
05 A. See Section 15100.
06
07 B. Do not install gate valves inverted or with the stems sloped
08 more than 45 degrees from the upright unless the valve was
09 ordered and manufactured specifically for this orientation.
10
11 END OF SECTION
7 City of Lubbock, Municipal Water Treatment - Contract 4
E
01
02
03
04
05
06
07
08
09
10
11
{
(THIS PAGE LEFT BLANK INTENTIONALLY) -
7
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
91G12
PART 1 - GENERAL
1.01 SUMMARY
SECTION 15103
BUTTERFLY VALVES
A. Section Includes:
1. Butterfly valves.
B. Related Sections include but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms, and
Conditions of the Contract.
2. Division 1 - General Requirements.
3. Section 15060 - Pipe and Pipe Fittings: General
Requirements.
4. Section 15100 - Valves: General Requirements.
1.02 QUALITY ASSURANCE
A. Referenced Standards:
1. American National Standards Institute (ANSI):
a. B16.5, Pipe Flanges and Flanged Fittings.
2. American Society for Testing and Materials (ASTM):
a. A48, Specifications for Gray Iron Castings.
b. A126, Gray Iron Castings for Valves, Flanges and Pipe
Fittings.
c. A276, Specifications for Stainless and Heat -Resisting
Steel Bars and Shapes.
d. A743, Standard Specification for Castings,
Iron -Chromium, Iron -Chromium -Nickel, Corrosion
Resistant, for General Application.
e. A395, Standard Specification for Ferritic Ductile
Iron Pressure -Retaining Castings for Use at Elevated
Temperatures.
f. A436, Austenitic, Gray Iron Castings.
g. A536, Ductile Iron Castings.
h. B148, Standard Specification for Aluminum Bronze Rod,
Bar, and Shapes.
3. American Water Works Association (AWWA):
a. C504, Rubber Seated Butterfly Valves.
1.03 SUBMITTALS
A. Shop Drawings:
1. See Section 15100.
2. For valves 8 IN and larger, furnish "Affidavit of
Compliance" with Owner in accordance with AWWA C504.
B. Operation and Maintenance Manuals:
1. See Section 15100.
City of Lubbock, Municipal Water Treatment - Contract 4
15103-1
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
15103-2.
PART 2 - PRODUCTS
2.01 ACCEPTABLE MANUFACTURERS
A. Subject to compliance with the Contract Documents, the
following Manufacturers are acceptable:
1. DeZurik.
2. Clow.
3. M & H Valve Company.
4. Keystone.
5. Pratt.
6. American - Darling
B. Submit requests for substitution in accordance with
Specification Section 01640.
2.02 MATERIALS
A. Butterfly Valves (AWWA C504):
1. Valve bodies:
a. ASTM A126, Class B or ASTM A536 Grade 65-45-12
ductile iron.
b. Wafer valves may be constructed of ASTM A48,
Class 40 cast iron.
2. Valve shafts:
a. Stainless steel, 18-8, Type 304 or 316.
3. Valve discs:
a. Potable and nonpotable water:
1) ASTM A48, Class 40 cast iron or
2) ASTM A536, Grade 65-45-12 ductile iron or
3) ASTM A436, Type 1 alloy cast iron or
4)Bronze in accordance with AWWA C504.
4. Valve seats:
a. Potable and nonpotable water, below 180 DegF:
1) Buna-N.
b. Seats on valves 30 IN and larger shall be
mechanically retained in the valve body.
5. Mating surfaces:
a. Valves less than 30 IN: ASTM A276, 18-8,
stainless steel or bronze.
b. Valves 30 IN and `larger: ASTM A276, 18-8,
stainless steel.
2.03 ACCESSORIES
A. Refer to Drawings and valve schedule for type of operators.
Furnish operator integral with valve.
B. Refer to Section 15100 for operator requirements. Provide
gear operators for valves 4 IN DIA and larger.
City of Lubbock, Municipal Water Treatment - Contract 4
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
r
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
15103-3
2.04,
FABRICATION
01
02
A.
Valves (AWWA C504):
03
1. Furnish resilient seated type meeting AWWA C504.
04
2. Exposed and submerged valves 3 IN through 20 IN:
05
a. Wafer type. (Laying length may vary from AWWA
06
C504.)
07
b. Rated for 150 psi working pressure (Class 150E
08
per AWWA C504).
09
c. Equip with fully tapped anchor lugs drilled per
10
ANSI B16.5.
11
3. Exposed and submerged valves 24 IN and larger:
12
a. Short body flange type.
13
b. Rated for 150 psi working pressure (Class 150E per
14
AWWA C504).
15
4. Direct buried valves:
16
a. All valves rated for 150 psi working pressure
17
(Class 150B per AWWA C504).
18
5. Provide end connections for all valves per Piping
19
Schedules in Section 15060 and Drawings.
20
6. On insulated piping, provide valves with extended
21
stems to permit proper insulation application without
22
interference from handle.
23
24
25
PART 3
- EXECUTION
26
27
3.01
INSTALLATION
28
29
A.
See Section 15100.
30
31
B.
Install valves in closed position. Support connecting piping
32
to prevent strain on valve body.
33
34
C.
Install valves with operator above or at side of valve.
35
36
3.02
SCHEDULE
37
38
A.
Provide following valves with electric actuators per
39
Section 15100:
40
41
VALVE NUMBER SIZE, IN
42
--------------------
43
BFV-05 54
44
BFV-34 20
45
46
47
END OF SECTION
48
City of Lubbock, Municipal Water Treatment - Contract 4
7
(THIS PAGE LEFT BLANK INTENTIONALLY)
r,r 15105-1
01 91H06 SECTION 15105 01
02
02
03
GLOBE VALVES
03
04
04
05
06
PART
1 - GENERAL
05
06
07
07
08
1.01
SUMMARY
08
09
09
10
A.
Section Includes:
10
11
1. Globe valves.
11
12
12
13
B.
Related Sections include but are not necessarily limited to:
13
14
1. Division 0 - Bidding Requirements, Contract Forms, and
14
15
Conditions of the Contract.
15
16
2. Division 1 - General Requirements.
16
+
17
3. Section 15100 - Valves: General Requirements.
17
18
18
r-.
19
1.02
QUALITY ASSURANCE
19
20
20
4
21
A.
Referenced Standards:
21
22
1. Manufacturer's Standardization, Society of the Valve and
22
!^
23
Fittings Industry, Inc (MSS):
23
24
a. SP-9, Spot FAcing for Bronze, Iron and Steel Flanges.
24
25
b. SP-80, Bronze Gate, Globe, Angle and Check Valves.
25
�.
26
c. SP-85, Cast Iron Globe and Angle Valves, Flanged and
26
27
Threaded Ends.
27
28
28
29
1.03
SUBMITTALS
29
I^
30
30
31
A.
Shop Drawings:
31
32
1. See Section 15100.
32
r,
33
33
34
B.
Operation and Maintenance Manuals:
34
6:
35
1. See Section 01340.
35
36
36
37
37
38
PART
2 - PRODUCTS
38
39
39
r
40
2.01
ACCEPTABLE MANUFACTURERS
40
41
41
E
42
A.
Subject to compliance with the Contract Documents, the
42
43
Manufacturers listed under the specific valve types are
43
44
approved.
44
45
45
46
B.
Submit requests for substitution in accordance with
46
r
47
Specification Section 01640.
47
48
48
49
2.02
MANUFACTURED UNITS
49
50
50
7
51
A.
Water, 2-1/2 IN and Smaller:
51
52
1. Class 150 bronze globe valve:
52
53
a. 150 psi steam at 400 DegF, 300 psi non -shock WOG.
53
City of Lubbock, Municipal Water Treatment Contract 4
15105-2
O1
b. Conform to MSS SP-80.
01
02
c. Union bonnet, rising stem, renewable teflon disc.
02
03
d. Body, bonnet, disc holder and nut: Bronze.
03
04
e. Stem: Copper silicon alloy.
04
05
f. Packing: Teflon impregnated fibre.
05
06
g. Disc: Teflon.
06
07
h. Manufacturer:
07
08
1) Nibco T235Y.
08
09
2) Stockham B22.
09
10
10
11
11
12
PART
3 - EXECUTION
12
13
13
14
3.01
INSTALLATION
14
15
15
16
A.
See Section 15100.
16
17
17
18
B.
Install valves accessible for operation, inspection and
18
19
maintenance.
19
20
20
21
C.
Install globe valves with stem in horizontal position
21
22
wherever possible.
22
23
23
24
END OF SECTION
24
City of Lubbock, Municipal Water Treatment - Contract 4
r 15114-1
d
O1 91G12 SECTION 15114 01
7
03
MISCELLANEOUS VALVES
03
04
04
05
05
06
PART
1 - GENERAL
06
07
07
08
1.01
SUMMARY
08
09
09
10
A.
Section Includes:
10
11
1. Flap valves.
11
12
12
13
B.
Related Sections include but are not necessarily limited to:
13
14
1. Division 0 - Bidding Requirements, Contract Forms, and
14
15
Conditions of the Contract.
15
16
2. Division 1 - General Requirements.
16
17
3. Section 11005 - Equipment: General Requirements.
17
18
4. Section 15100 - Valves: General Requirements.
18
19
19
20
1.02
SUBMITTALS
20
21
21
22
A.
Shop Drawings:
22
r
23
1. See Section 15100.
23
E
24
24
25
B.
Operation and Maintenance Manuals
25
26
26
27
PART
2 - PRODUCTS
27
28
28
29
2.01
MANUFACTURED UNITS
29
30
30
31
A.
Flap Valve:
31
`
32
1. Basic valve:
32
33
a. Circular port design with offset single pivoted hinge.
33
34
1.) Materials:
34
35
a) Body: Cast iron, ASTM A-126.
35
36
b) Flap and Body Seat Ring: Bronze.
36
37
c) Flap: Cast iron .
37
38
d) Hinge Pin: Bronze.
38
39
b. Valve features:
39
40
1) Size: 42 IN.
40
r„
9
41
41
42
2.02
ACCESSORIES
42
43
43
r
44
A.
Furnish any accessories required to provide a completely
44
45
operable valve.
45
46
46
47
2.03
MAINTENANCE MATERIALS
47
r,
48
48
49
A.
Provide one set of any special tools or wrenches required for
49
50
operation or maintenance for each type valve.
50
51
51
52
52
53
PART
3 - EXECUTION
53
r-
4.
City of Lubbock, Municipal Water Treatment - Contract 4
15114-2
O1
02 3.01 PREPARATION
03
04 A. Clean, inspect, and operate valve to ensure all parts are
05 operable and valve seats properly.
06
07 3.02 INSTALLATION
08
09 A. General:
10 1. See Section 15100.
11
12 3.03 FIELD QUALITY CONTROL
13
14 A. Check and adjust valves and accessories in accordance with
15 manufacturer's instructions and place into operation.
16
17 END OF SECTION
City of Lubbock, Municipal Water Treatment - Contract 4
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17