Loading...
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