HomeMy WebLinkAboutResolution - 3791 - Contract - Red River Construction - Chlorine_Amonia Facilities Improvements, WTP - 01_09_1992January 9, 1992
Pages 16
92-51A-16-13
(20.) BID #11712--Water Treatment Plant improvements.
Contract 2 Chlorine/Ammonia Facilities, and
authorize same (Water Utilities)—.
RESOLUTION 4388}- 3'7I/
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 Red River Construction
Company for improvements to the Chlorine/Ammonia Facilities at the Water
Treatment Plant, 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 9th day of January, 1992.
ATTEST:
/s/ Ranette Boyd
Ranette Boyd, City Secretary
APPROVED AS TO CONTENT:
/s/ Gene Eads
Gene Eads, Purchasing Manager
APPROVED AS TO FORM:
/s/ Harold Willard
Harold Willard, Assistant City
Attorney
CONTRACT
STATE OF TEXAS
COUNTY OF LUBBOCK
/s/ B. C. McMinn
B. C. McMINN, MAYOR
THIS AGREEMENT, made and entered into this 23rd day of January,
1992 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 Red River Construction Co.
of the City of Dallas, County of Dallas, and the State of Texas,
hereinafter termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and
agreements hereinafter mentioned, to be made and performed by the OWNER
and under the conditions expressed in the bond bearing even date
herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence
and complete the construction of certain improvements described as
follows:
BID NO. 11712--Water Treatment Plant Improvements, Contract 2
Chlorine/Ammonia Facilities (Water Utilities) in the amount of
$598,900.00
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.
e
January 9, 1992
Page 17
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.
ATTEST: CITY OF LUBBOCK, TEXAS (OWNER)
/s/ Ranette Boyd /s/ B. C. McMinn
Secretary Mayor
APPROVED AS TO CONTENT: APPROVED AS TO FORM:
ATTEST:
Red River Construction Co.
CONTRACTOR
Secretary
By:
TITLE:
COMPLETE ADDRESS: Red River Construction Co., Dallas
13725 Omega Road
Dallas, Texas 75244
Motion was made by Mayor Pro Tem Patterson, seconded
by Councilman Aderton to authorize Resolution #3881
as recommended by Staff. Motion carried: 7 Yeas; 0
Nays.
92-51A-17-14
(21.) BID #11755--Replacement Tube Assemblies for
Feedwater Heaters (Electrical Production)_
Senior Engineering Co., Berlin, WI --I Lot tube
assemblies for Feedwater Heater #'s 4 & 5.
Motion was made by Mayor Pro Tem Patterson, seconded
by Councilman Aderton to authorize low bid meeting
specifications. Motion carried: 7 Yeas; 0 Nays.
92-SIA-17-15
(22.) Hold an Executive Session to discuss personnel
matters regarding duties, responsibilities and/or
appointments to:
Housing Standards Commission
Library Board
4
January 9, 1992
Page 18
92-51A-18-16
(23.) Consider two appointments to fill two newly created
alternate positions of the Housing Standards
Commission.
Motion was made by Councilman Phillips, seconded by
Mayor Pro Tem Patterson to appoint Gene Bals and
Charlie Cannon to the Housing Standards Commission.
Motion carried: 7 Yeas; 0 Nays.
92-51A-18-17
(24.) Consider one appointment to the Library Board. Mike
Thomas declined appointment.
Motion was made by Councilman Phillips, seconded by
Councilwoman Trejo to appoint Bonner Smith to the
Library Board. Motion carried: 7 Yeas; 0 Nays.
92-51A-18-18
( 6.) ORDINANCE 09496--Zone Case #2118-R (Northeast of
98th and Slide Road) --Hold a Public Hearing to
consider reauest of Larry Teaver (for Lakgridge
Country Club Estates) for a zoning change from R-1
Specific Use and R-2 to R-1 and C-3 on a tract out
of Section 15, Block E-2.
ORDINANCE #9496
AN ORDINANCE AMENDING ZONING ORDINANCE NO. 7084 AND THE OFFICIAL
MAP OF THE CITY OF'LUBBOCK MAKING THE FOLLOWING CHANGES: ZONE CASE NO.
2118-R; A ZONING CHANGE FROM R-1 SPECIFIC USE AND R-2 TO R-1 AND C-3
ZONING ON A TRACT OF LAND OUT OF SECTION 15, BLOCK E-2, LUBBOCK, TEXAS;
SUBJECT TO CONDITIONS; PROVIDING A PENALTY; PROVIDING A SAVINGS CLAUSE
AND PROVIDING FOR PUBLICATION.
No-one appeared either for or against this request.
Mayor McMinn closed the hearing at 10:32 a.m.
David Jones, Director of Planning, stated that the
short-term demand and value of the property adjacent
to 98th and Slide is greater for residential than
the commercial uses allowed by the existing Planned
Unit Development Zone Case. Existing zoning for the
corner 10 acres is C-2. This request maintains
approximately one acre on the corner of 98th and
Slide, proposed as C-3 in this case, to accommodate
a convenience store at a future date.
Mr. Jones gave the adjacent land use relationships
as follows:
North - vacant - PUD zoning allows multi -family
South - vacant - zoned "T"
East - vacant - PUD zoning allows single family
West - C-2/vacant (98th to 96th)
R-2/vacant - 1/2 block (96th to alley)
R-1 developed - 1/2 block (alley to
95th)
k379 1
LUBBOCK TEXAS
/5— /qc:�
CITY OF LUBBOCK
WATER TREATMENT PLANT
1MPR0VEMENTS - CONTRACT 2
CHLORINE /AMMONIA FACILITIES
BID # 11712
r�
City of Lubbock
P.O. Box 2000
Lubbock, Texas 7J457
rr
606-767-3000
Bid #11712
Addendum #1
MAILED: December 13, 1991
CLOSE DATE: December 19, 1991 at 2:00 p.m.
Please modify or amend Contract Documents per the attached sheets.
Enclosed please find minutes of prebid meeting for Contract No. 2,
Chlorine and Ammonia.
Tha k you,
Q�
/t
Ron Shuffi
Buyer
PLEASE RETURN ONE COPY WITH YOUR BID.
CONTRACT NO. 2
ADDENDUM ITEMS
1.
Section 02072-1, line 31; change sentence to read as follows: "1. Salvage items,
.
designated by Owner, salvage as a unit."
2.
Section 02200-2; delete line 23 in its entirety.
3.
02200-4• deleteparagraph 3.03 in its entirety.
Sectionty
4.
Section 02244; delete entire section.
r
5.
Section 03108; delete entire section.
k
6.
Section 03208-1; delete paragraph 1.02-13 in its entirety.
7.
Section 03208; delete lines 09 and 10. Delete paragraph 1.04 in its entirety.
Delete paragraphs 2.01-13 and 2.01-C.
8.
Section 03208-3; delete paragraphs 2.01-E through 2.01-I.
r-
9.
Section 03208-4; delete lines 04 and 05. Delete lines 26 through 31. Delete line
53.
7
10.
Section 03208-5; delete lines 01 through 06. Delete paragraph 3.01-D in its
entirety. Delete lines 40 through 53.
11.
Section 03208-6; delete lines 09 and 10. Delete paragraphs 3.02-13, 3.02-C, and
3.02-D in their entirety. -
12.
Section 03308-1; delete "columns and" from line 14. Delete line 15.
13.
Section 03308-4; change the word "shall" on line 51 to "shale".
14.
Section 03308-5; delete lines 04 and 05. Delete line 14.
15.
Section 03308-7; on line 34, 43 and 44 change "Chapter 4" to "Chapter 5".
r„
16.
Section 03311-1; delete line 22.
17.
Section 03311-3; delete paragraph 2.01-E and 2.01-H.
r
18.
Section 03311-9; delete lines 34 through 41.
r
..
1
r-
19.
Section 03311-10; delete lines 01 through 05. Delete lines 11 through 21.
Delete "roof slab" from line 06.
e
20.
Section 03311-11; delete lines 08 through 15.
21.
Section 03311-12; delete line 37.
22.
Section 03311-13; in line 13 change "keyways" to "voids".
23.
Section 03322; add complete section. Section 03322, Insulating Concrete Roof
Deck follows the Addendum figures.
r
24.
Section 03348-1; delete paragraph 1.02-13 in its entirety.
r
1
25.
Section 03348-2; delete line 07 and 08. Delete lines 38, 39, and 40.
26.
Section 03348-3; delete lines 20 through 22. Delete lines 51 through 53.
27.
Section 03348-4; delete paragraph 3.02-13 in its entirety.
28.
Section 03348-5; delete lines 14 through 53.
29.
Section 03348-6; delete lines 50 through 53 and continuing on line 01 on page
r
7.
E
30.
Section 03348-7; delete lines 50 and 51.
17
31.
Section 03348-8; delete paragraph 3.05 in its entirety.
r
a
32.
Section 03350-4; delete lines 25 through 28.
33.
Section 03450-2; delete lines 08 through 13. Delete lines 31 through 36.
r'
c
34.
Section 03450-3; delete line 17 through 53.
35.
Section 03450-4; delete lines 01 and 02. Delete lines 06 through 51.
36.
Section 03450-5; delete paragraph 2.04 In its entirety. Delete paragraph 3.02 in
its entirety.
r.
37.
Section 03450-6; delete paragraph 3.04 in its entirety.
r
38.
Section 05120; delete entire section.
7
39.
Section 05211-1; delete "and joist girders" from line 11.
r
40.
Section 05211-3; delete paragraphs 2.03-C and 2.03-E.
k
2
I7
4 .
Section 05211-5; add item 4. to paragraph 3.02-G which shall read as follows:
'4. Provide bridging as required to support steel joists adequately to resist net
wind uplift."
Section 05211-6; delete lines 08 through 10.
Section 05505-3; delete lines 26 through 28. Change line 36 to read 01.
Structural steel shapes and plates: ASTM A36." Delete lines 45, 47, and 48.
Section 05505-4; delete paragraphs 2.02-G and 2.02-I. Delete paragraph 2.03
in its entirety.
Section 05505-5; delete paragraph 2.04-I.
Section 05505-6; delete paragraph 3.02-J in its entirety.
Section 05505-7; delete paragraph 3.02-L.
Section 11061-3, delete item 2 on line 6. Change number "3" to number "2" on
line 07. Change number 04" to number "3" on line 08. Delete phrase "...or
conversion to mechanical seals is desired." on lines 47 and 48.
Section 11345-1; add "Capital Controls Company" to the list of Acceptable
Manufacturers in paragraph 2.01 subject to compliance with the Contract
Documents.
Section 11345-5; change "tase" to "tare" in line 37.
Section 11346-1; add "Capital Controls Company" to the list of Acceptable
Manufacturers in paragraph 2.01 subject to compliance with the Contract
Documents. —
Section 11922-2; change "Section 01600" to "Section 11005" on line 53.
Section 11922-5; change Leak Rate from "5 minutes" to "30 minutes" on line 08.
Change "Section 01600" to "Section 11005" on line 12. Delete lines 02 and 06.
Section 11922-9; change "Section 09900" to "Section 09905" on line S.
Section 15010-2; delete "13440" from line 38.
Section 15060-2; add "FD Floor Drains 21" to line 35.
Section 15060-5; change "Warning" to "Alarming" in line 19.
Section 15060-8; change "Hazard Warning" to "Alarming" in line 22.
3
r-
i
r
i
.0
Section 15062-5; change "Sections 15060" to "Section 15090" in line 06.
Section 15073-2; change "Section 15060" to "Section 15090" in line 23.
61. Section 15090-2; delete lines 50 and 51 referring to steam, condensate, and hot
water.
62. Section 15100-2; delete item a. from lines 50 and 51.
Section 15100-3; revise lines 02 and 03 to read "3. Provide lever operators for
ball valves smaller than 4 IN DIA." Delete item a. in lines 04 through 06. Revise
lines 07 and 08 to read 84. Gear operators required for ball valves 4 IN DIA and
larger." Delete items 5 and 6 on lines 09 through 12. Change item 7 to item 5
on line 13. Delete item 4 from line 32.
Section 15100-4;Delete item E from lines 07 and 08. Change item F to item E
in line 10. Change "4 IN and smaller" to "6 IN and smaller" in line 36.
65. Section 15101-2; delete all reference to gear operator in lines 48 through 52.
66. Section 15101-3; delete line 01 in its entirety.
67. Section 15104-1; revise to read 02. Plastic ball and ball check valves 1/2 to 6 IN
DIA:" in line 51.
68. Section 15104-2; revise to read "B. Plastic Ball Valves 1 /2 to 6 IN DIA:" in line
16.
69. Section 15104-3 delete line 05 in its entirety.
70. Section 15106; delete section in its entirety.
71. Section 15300-1; delete item 2 from line 11. Change "3" to "2" on line 12.
Delete items 4, 5, 6, and 7 from lines 13 through 16.
72. Section 15300-2; delete item 1 from line 53.
73. Section 15300-3; delete items a and b and connected subitems on lines 01
through 07. Revise to read "2. Alarm valves, wet systems:" on line 08. Change
"Document 00440" to "Section 01640" from line 37.
!^ 74. Section 15300-4; add sentence "See Section 15060 and 15062." to lines 06 and
07. Add sentence "3. U/L and FM approved for fire protection." to line 35. Add
�,. sentence "1. U/L and FM approved for fire protection." to line 37. Delete
paragraph 2.03-E.
4
r
F
4
75. Section 15300-5; change "...WATER..." to "...FIRE...on line 13. Delete item
and connected subsections from lines 26 through 34. Revise to read '6.
r„ Notifier: J-series (dry); WFD (wet)." on line 47. Delete paragraph 2.03-F.
76. Section 15300-6; add sentence "1. Ametek P1590.' to line 07. Delete paragraph
r. 2.09 on lines 32 through 41.
77. Section 15300-7; delete item 7 from lines 23 and 24.
r
r
78. Section 15400-2; add 'C. Deep seal type required in Chlorinator Room." on line
35.
79. Section 15605-2; revise line 48 to read "B. Roof -Mounted Centrifugal Fans: PRV-
1, PRV-2 and PRV-3.'
80. Section 15890-5; add to paragraph 2.02,
"I. Duct and Fittings (FRP-fiber-glass system):
1. Material:
a. Surface
mat liner:
1)
Resin -rich polyester liner with C-veil glass on bore surface.
2)
Minimum thickness: 20 mils.
b. Resin:
Halogenated polyester with 5 percent antimony trioxide:
1)
No fillers allowed except for thixotropic control or fire
retardance and UV protection.
C. Minimum glass content: 50 percent.
d. Minimum physical properties:
1)
Thermal conductivity (K value): 1.7 BTU/HR/FT(2)/DegF/
IN.
2)
Specific gravity: 1.4 to 1.9.
3)
Thermal coefficiency of expansion: 9 to 14 x 10-6 IN/IN/
DegF.
4)
Barcol hardness: 40 to 55.
5)
Izod impact strength: 18 to 22 FT-LB/IN of notch.
6)
Heat distortion temp.: 210 to 310 DegF at 260 psi.
7)
Compressive strength: 15,000 to 25,000 psi.
8)
Tensile strength: 9,000 to 12,000 psi.
9)
Flexural strength: 14,000 to 20,000 psi.
10)
Flexural modulus: 700,000 to 900,000 psi.
11)
Water absorption: 0.18 percent at 24 HRS ambient
temperature.
12)
Temperature limits: 250 DegF continuous.
e. Fabrication:
1)
Comply with NBS PS-15.
2)
Comply with ASTM D3299.
3)
Minimum wall thickness:
a) 6 through 20 IN DIA: 0.125 IN.
b) 21 through 36 IN DIA: 0.187 IN.
L .
c) 37 IN DIA and larger: 0.250 IN.
4) Flanged equipment connections,
r .
5) Fitting from mitered sections.
6) Laterals: 45 Deg.
7) Elbows:
a) Centerline radius: 1.5 times duct DIA standard, 1.0
}
timed duct DIA for elbows indicated as short radius.
b) 0 to 30 Degree: 2 gore.
c) 31 to 90 degree: 3 gore.
d) 61 to 90 degree and short radius: 5 gore.
J. PVC Fittings:
1. Material:
a. Type 1, Grade i extruded, seamless PVC duct.
r,
b. Minimum thickness, 1/8 IN for round duct up through 24 IN DIA.
C. Minimum thickness, 1/4 IN for rectangular to round transitions.
d. Socket/Coupling fittings.
•-
e. Duct to conform to the PVC Materials Standard, ASTM Standard
D-1784.
2. Fabrication:
a. Hot gas fusion welding utilizing PVC filler rod as manufactured for
this purpose.
b. Welding to be performed by workmen adequately trained in the art
of PVC welding.
3. PVC Dampers:
a. PVC Quadrant dampers as manufactured by ipf Plastics, Inc., or
r'
equal.
4. PVC Grilles:
a. PVC grilles, type AWR as manufactured by ipf Plastics, Inc., or
equal."
81. Section 15970-2; add to paragraph 1.03-E,
`2. Chlorine and Ammonia Buildings:
a. Ventilation system: The ventilation system shall operate whenever the
inside air temperature is above 90 DegF. This system shall remove
excess hear from the building. The ventilation system consists of supply
fans PRV-1, PRV-2, PRV-3, WFV-1 and WFV-2, each with a motor -
operated damper and relief air wall louver with motor -operated damper
i
as shown on the Drawings. The fixed wall louvers shall be provided with
motor -operated dampers that will open when exhaust fans stop. The
r,
operation of the fans and dampers will be controlled by a HOA switch.
1) H position: Fans operate continuously with dampers open.
2) O position: Fans and inoperative and dampers closed.
r,
3) A position: Fans and dampers operate at command of inside air
thermostat TSI. Dampers shall operate with fans. Fans are
allowed to operate only when TSI is above setpoint and are off
r-
i
below setpoint.
6
r
84.
b. TSI greater than 90 DegF - All PRV's on and all motorized dampers
open."
Section 15990-3; delete items 7, 8, and 9 on lines 26 through 30.
Section 16474-5; delete item "j. Provide each starter with..." from lines 44
through 48.
Section 16474-6; modify paragraph 5 to read as follows: "Metering equipment:
Provide where indicated on the drawings meters of circular scale...' on line 30.
85. Section 16620; add the following sentence to paragraph 3.01-A, line 47
r"Reconnect
all existing generator auxiliary systems and accessories to provide a
fully functional emergency power system. Configure generator starting and
running circuits to provide the necessary contacts as required by the drawings.
Generator to be automatically started by contact closure in the automatic
transfer switch.
86. Sheet 101-Detail 1-Roof Structure: Change "Ref. Detail 2/104 for Plate" to
"Detail 2/101 ".
r
87. Sheet 101-Detail 1-Roof Structure: The horizontal reinforcing bars shown in
bond beam is 245 bars.
r-
88. Sheet 101-Detail 1-Roof Structure: Change the "3 FT 4 3/8 IN" dimension to
read "see Section -A".
89. Sheet 101-Detail 1-Roof Structure: Delete "2 1/2 IN poured gypsum deck on
GWB sheets supported by bulb tees @ 32 5/8 IN" and add note "Insulating
concrete roof deck on metal deck".
90. Sheet 101-Ammonia Feed Building Floor Plan: Revise floor drain as shown on
Figure ADD1-5.
91. Sheet 101-Detail 3-Angle Connection: Weld shown on angles to be 1/8 IN.
92. Sheet 101-Roof Framing Plan: The 2 FT-10 IN dimension shown is to the
outside face of brick.
93. Sheet 101-Roof Framing Plan: Change the steel joist designation from "8H3" to
"BK1 ".
94. Sheet 101-Section A: Change "4 IN sand leveling pad" to "4 IN granular fill".
95. Sheet 102-Detail 2: Change the "4 IN sand leveling pad" to "4 -IN granular fill".
7
l
96. Sheet 102-Detail 4-Door Sill: Change the "5 3/4 IN" dimension shown to 08 3/4
N".
r 97. Sheet 104-Door D/3: Change the "2 FT -8 IN" dimension shown to "9 FT-8 IN".
98. Sheet 104: Revise the "Chlorinator/Generator Building Floor Plan" with Figure
ADD1-6".
r 99. Sheet 104: Revise the "Roof Plan" shown with Figure ADD1-7".
100. Sheet 104-Roof Framing Plan: Change steel joist designation "14H5" to 014K4".
101. Sheet 104-South Elevation: Reference masonry control joint shown to sheet
301.
102. Sheet 104: Add Figure ADD1-1 HVAC Schedule to sheet.
103. Sheet 105-Chlorinator Room Piping Plan: Change the note at the Booster
Pump to read "CL2 Booster Pump Equip. Base".
104. Sheet 106-Section D: Add "Note: Coordinate Generator Anchor Bolt placement
prior to concrete placement".
105. Sheet 106-Section D: Delete the middle row of reinforcing steel in generator
base.
106. Sheet 106: Revise the "Chlorine Storage Room Plan" with "Figure ADD1-4".
107. Sheet 106: Revise "Section E" with "Figure ADD1-8".
108. Sheet 106-Section C: Grating shown to be Fiberglass. Grating shall be 1 1/2"
H158VF and fiberglass frame embedment angle shall be as manufactured by
IKG Borden or approved equal.
r 109. Sheet 107-Chlorine Scrubber Plan: Dampers shown to be Fiberglass or PVC.
110. Sheet 201-Chlorine Area Enlarged Plan: Add two (2) additional cleanouts to 4
PM IN drain line at 45 degree bends located outside of building.
111. Sheet 201: Add to Notes "2. 4 IN drain line to be PVC."
112. Sheet 201-Chlorine Area Enlarged Plan: Replace "Fiberglass Manhole" shown
with "Figures ADD1-2 and ADD1-3". Interior manhole surfaces shall be lined
with P-370 primer and 2 spray applied coats of CeilUne 80 as manufactured by
the Ceilcote division of Master Builders Technologies. It shall be applied at
nominal 80 mils dry film thickness.
rw
113. Sheet 301-Concrete Walkway: Change the "6 IN minimum" dimension shown to
"4 IN minimum".
114. Sheet 302-PS Type F: Delete reference to anchorage in hollow core.
*. 115. Sheet 302-PS Type V: The 1/2 IN steel concrete anchors shown shall be
stainless steel.
�- 116. Sheet 302-Pipe Embedment Detail: Add note to detail "Bc=outside diameter of
pipe".
117. Sheet 905-Chlorine Facilities Motor Control Center One -Line Diagram: Under
Section 1 B, label 1.5 hp motor as PRV-1. Add two additional electrically
operated damper motors on a single circuit consisting of 6 #12, #12G, 3/4".
Route circuit from damper motors directly to section 1 B.
118. Sheet 901-Electrical Legend & Abbreviations: Change General Note 2 to read
as follows: "Heavy Lines indicate work under this contract. Light lines indicate
. work under other contracts or existing."
119. Sheet 903-Electrical Site Plan: Add 1-1" conduit containing "P10" to ductbank
Section 26.
120. Sheet 904-Plant Main Power Distribution One -Line Diagram: The 3P-300 circuit
breaker and circuit feeding Carbon Slurry Building MCC should be shown as
existing or under another contract. The 3P-600 circuit breaker and circuit
feeding the PAC Blower Building MCC should be shown as existing or under
another contract. The 12-750 MCM, 4-750 MCM(N), 4-4" shown from the 3P-
1500 circuit breaker should be shown as existing or under another contract.
121. Sheet 905: Ductbank shown leaving EMH-7 and running to outside the chlorine
storage room should be shown as existing or under another contract.
122. Sheet 905-Chlorine Facilities Motor Control Center One -Line Diagram: Add new
one -line section, 1AL, which shall contain 3P-45A circuit breaker. The circuit
from this section shall be labeled as "P10", with routing to "Chlorine Contact
Basin Elec. Equip Rack." The circuit shall be described on Sheet 904.
123. Sheet 905-Chlorine Facilities Motor Control Center One -Line Diagram: Add
motor space heaters to both Chlorine Booster Pump CLB-1 and Scrubber
Recycle Pump. Add 2 #12 to circuits CL2-1 and CL2-2 for powering space
heaters.
r- 124. Sheet 905-MCC Front View: Change section 1A to new section 1AL labeled
"Chlorine Contact Basin Feeder". Remaining section 1AR shalt be a space.
Add voltmeter to main breaker section 1 E.
r-
9
r'
r
125. Sheet 905-Chlorinator/Generator Building Floor Plan: Delete the motor starter
labeled as PRV-1 located on the South wall of Generator Room.
w
126. Sheet 905-Chlorinator/Generator Building Floor Plan: Locate an electric
operated damper motor at each of the louvers on the North wall of the
Generator Room. These louvers are to operate in conjunction with PRV-1.
127. Sheet 905-Chlorinator/Generator Building Floor Plan: Locate the thermostat for
PRV-1 near the light switch at the personnel door in the Generator Room.
Locate unit heater thermostat on wall below respective unit heater.
128. Sheet 905-Chlorinator/Generator Building Floor Plan: Locate one electric
operated damper motor at the relocated generator exhaust louver on the South
wall of the Generator Room. Power supply for this damper motor shall be 120
volts, single phase from new circuit LP-14 consisting of 2 #12, #12G, 3/4"C.
Add one 1 P-20A breaker in the lighting panel for this circuit. Interlock damper
motor with generator starting by installing 3 #12, 3/4" conduit from generator
control panel to damper motor.
129. Sheet 905-Chlorine Storage Room Plan: Wall fan WF-2 is located at the
Southwest corner of the room.
130. Sheet 905-Chlorine Storage Room Plan: Add note which shall read "Conduits
entering or leaving Chlorine Storage Room shall have sealing fittings."
131. Sheet 905-Panelboard LP-CL2 Schedule: Replace the 6 spaces shown with two
r' (2) 2P-20A circuit breakers and one (1) 1 P-20A circuit breaker to be used for
future work.
!' 132. Sheet 905-Chlorinator.Generator Building Floor Plan: Install two (2) 1 IN
t : conduits from the lighting panel in the MCC room to the North wall of the
Flocculation Basin No. 3. Conduits shall be direct buried, PVC coated steel,
and shall extend up the side of the basin wall approximately 4 FT. The distance
between the North wall of Basin No. 3 and the South wall of the Chlorinator/
Generator Building is approximately 10 FT.
r
133. Sheet 906-Lighting Panel Schedule: Unit heaters UH-7 and UH-8 shall be fed
from 1 P-20A circuit breakers instead of the 3P-20A breakers shown. Use
r circuits LP-8 for UH-8 and LP-10 for UH-7. LP-12 shall be 1 P-20A spare
breaker. Spaces LP-13, 15, and 17 shall be deleted. Circuit LP-14, 16, and 18
shall be deleted. Delete "spare" from load description on Circuit LP-9.
134. Sheet 906-Ammonia Feed Building Floor Plan: The roof mounted receptacle
shall include the designation "wp". Circuit LP-4 shall include a ground wire from
this receptacle.
10
r"+
4
r
135. Sheet 906-Ammonia Feed Building Floor Plan: The enclosed building area shall
be considered unclassified.
r-
r 136. Sheet 906-Ammonia Feed Building Floor Plan: Locate disconnect switches for
unit heaters UH-7 and UH-8 on the wall below each heater.
137. Sheet 906-Unit Heater UH-7 and UH-8 One -Lines: Change circuit designation
shown to LP-8 (Unit Heater UH-8) and LP-10 (Unit Heater UH-7). Change wire
count to 2 #12, #12G, 3/4".
138. Sheet 906-Chlorinator Room WF-1 One -Line: Add note which shall read "PRV-2
one -line similar."
139. Sheet 906-Typical Power Roof Ventilator or Wall Fan WF-1, WF-2, PRV-1, PRV-
r- 2, PRV-3 Schematic: Change selector switch SS2 designation from "On" to
"Auto" for contacts 3 and 4. Change "PRV-1 Only" to "OL". Add one damper
motor for PRV-1 only, wired similar to the other two damper motors shown.
r140. Sheet 906-Chlorine Booster Pumps CLB-1 and Scrubber Recycle Pump
Schematics: Add motor space heater to each schematic. Wire space heater in
parallel with green pilot light.
i
141. Sheet 909: Add general note which shall read: 'This sheet provided for
information only except for flow pacing signals to ammonia and chlorine feeders
which is new work."
142. Sheet 911-Instrument Device Schedule: Devices FIT-39, FI-39A, and FI-39B
should be shown as existing or provided under another contract.
143. Sheet 912-Exist. Chemical Building MCC Front View -Modification: Change "CL2
Contact Basin Equip," to "Ammonia Feed Building."
144. Sheet 912-Existing Chemical Building -Upper Plan: Existing RTU is located in
room near control panel.
145. Sheet 912-Existing Chemical Building Lower Plan: Change note at upper left
corner to read "Disconnect and remove existing wall fan.
146. Sheet 912-Existing Chemical Building -Lower Plan: The two (2) electrical
ductbanks should be shown as existing or installed under another contract.
11
DAMPERSAOUVERS
MARK
SIZE, FT.
OPERATOR
CONTROLLED 8Y
e48'W
X 54"H
ELECTRICAL
PRV-1
e54"W
2
X 54"H
ELECTRICAL
GENERATOR
e24"W
3
X 24"H
ELECTRICAL
WFV-1
4
18"W X 24"H
ELECTRICAL
PRV-3
5
24"W X 30"H
ELECTRICAL
WFV-2
6
36"W X 40"H
ELECTRICAL
WFV-1, PRV-2
UNIT HEATERS
NOTE: LOUVERS AND DAMPERS
ASSOCIATED WITH WFV-1
& WFV-2 SHALL BE
STAINLESS STEEL
MARK
HEATER
FAN
TYPE
MOTOR
KW INPUT
STUN OUTPUT
POWER SUPPLY
HP
POWER SUPPLY
CFM
UH-1. 2. 3. 4. 5.6
3.0
10. 240
480V/3o
PROP
1/100
480V
350
UH-7, 8
3.0
10. 240
208V/10
PROP
1/100
208V
350
UH-9. 10
10.0
34. 100
480V/30
PROP
1/30
480V
650
FANS
MARK
CFM
ESP
HP
DRIVE
LOCATION
TYPE
POWER SUPPLY
PRV-1
10.800
.25
1 1/2
BELT
ROOF
CENT
480/30
PRY-2
PRV-3
285
.25
1/6
BELT
ROOF
CENT
120/10
WFV-1
WFV-2
1100
.25
1/8
DIRECT
WALL
PROP
120/10
NOTE: WFV-1 & WFV-2 SHALL BE AEROVENT CATALOG #14L432DDP17501/a
OR EQUAL.
HVAC SCHEDULE
IM'R CITY OF LUBBOCK, TEXAS
LUBBOCK WATER TREATMENT
PLANT IMPROVEMENTS
tw eoveft kv.CHLORINE/AMMONIA FACILITIES
Dale
12/11/91
Figure
ADD1-1
HEAVY DUTY
CAST IRON
2'-0" FRAME & LID
EL. 3253.0t
cD
N #7 @ 6"
8" MIN. --------------- ,.
� e
4'-0" 2" CL
1'-4" SPACING ® INV. EL. 3248.0
FOR MANHOLE
STEPS
C-76, RCP
7'-000
GROUT
INV. EL. 3243.0 2" MIN.
Nil3" MIN.
�-- #4 BARS @ 12"
E W, T&B
SPECIAL MANHOLE
SCALE: V2" = 1'-O"
REPLACES FIBERGLASS MANHOLE SHOWN ON SH. 201
FmCITY OF LUBBOCK, TEXAS
LUBBOCK WATER TREATMENTHM 12/4/91
PLANT IMPROVEMENTS rgure
B*a b" CHLORINE/AMMONIA FACILITIES IADD1-2
L �uvl 41%01Vr L- LjJ l\J
EACH SIDE OF OPENING
NOTE:
CASTING TO BE LOWERED
Y2" FROM TOP OF COVER
CAP.
COVER CAP FOR SPECIAL MANHOLE
SCALE: 14" = l'-0"
CITY OF LUBBOCK, TEXAS
LUBBOCK WATER TREATMENT
PLANT IMPROVEMENTS
Hm ft t'm CHLORINE/AMMONIA FACILITIES
#7 @ 6"
oat
12/4/91
Figure
ADD1-3
r-
r
REMOVE EXISTING 4 EQUAL A ' . '
WALL FAN AND
INSTALL WFV-2 11'-11 1 1/2' CL2 VACUUM
TO CHLORINATOR ROOM
(TYP) 6' FIRE SPRINKLER I
® FIBERGLASS DUCT RISER `
I 1 CUU CL2 W/ LOUVER
YACUUM . (SEE SH 107) —\
.. ... ....... I ............... ....... .S ..i................,
1 TON CL2 C
(TYP—BY Ow
r -I r -1ri T -Ir- T 1
I I HK,,
IIII 1 II I
I
L JL JL IL JL J
�— FLEXIBLE CONNECTION
W/Aux TON CONTAINER
VALVE (TYP 10)
CL2 MANIFOLD
:.................::..:..:: ........j ::::..:�
{
4
CYLINDER CL
TALE (TYP 2)
12' DIA SCALE INDICATOR
W/HYD HOSE (TYP 2)
(FIELD I�itEMOVE EXISTING CMU
VERIFY? do FACE BRICK AND
INSTALL NEW DOOR k
FRAME.
II
INSTALL LOUVER
AND DAMPER
8'-0' AFF
A
u-+-- 5
REMOVE EXISTING HEATER.
DOOR AND FRAME AND
REPLACE WITH CMU AND
PAINT TO MATCH EXISTING
WALL.
CHLORINE STORAGE ROOM PLAN
SCALE: 1 /8" = 1'-0"
REPLACES CHLORINE STORAGE ROOM PLAN ON SH. 106_ 1
CITY OF LUBBOCK, TEXAS Dote
LUBBOCK WATER TREATMENT 2/1 /91
PLANT IMPROVEMENTS Figure
MR Engineering, hc. CHLORINE/AMMONIA FACILITIES IADD1-4
16'- 8"
6'-4" 3'-4' 7'-0"
4" PVC DRAIN N
(SEE SHT. 201 FOR 12"
1" AMMONIA TO I CONTINUATION)
CLEARWELL I I VERT. REINFORCING FIRE SPRINKLER RISER
17 I (TYP.)
x xx x x x
/ UH-7 a 3- VTR UH-8
LOUVER AND I co` I I A
DAMPER I I y
B +'FD .11
I II N
SLOPE cl>
I ,
NO 3 NO 2
A I II A o
10
/ /
1" AMMONIA ,/ / \
� 1" AMMONIA TO CHLORINE
FROM STORAGE
(SEE SHT. 4 Co CONTACT BASIN. (SEE SHT.
FOR CONTINUATION) 201 FOR CONTINUATION)
AMMTOR
3/4" SCHD 40 PVC VENT 1000 # DAY
W/INSECT SCREEN (TYP) 3/4" AMMONIA SUPPLY (TYP) (0YP 3) DAY
3/4" AMMONIA DISCHARGE (TYP)
AMMONIA FEED BUILDING FLOOR PLAN
SCALE. 1/4 1'-O"
REPLACES AMMONIA FEED BUILDING FLOOR PLAN ON SH. 101
imCITY OF LUBBOCK, TEXAS Nte
"YORLUBBOCK WATER TREATMENT112/11/91
PLANT IMPROVEMENTS Figure
MR adneeft, Inc. CHLORINE/AMMONIA FACILITIES lADD1 -s
42'-0"
1'— 4
19'-0" .2'-0" 3'-4" �2'—Ol r. 3'—"4" 2'-8", 6'--0" 2'-4"
� I
c
CHLORINATOR/GENERATOR BUILDING FLOOR PLAN
SCALE: did" = 1'—O"
REPLACES CHLORINATOR/ "R
GENERATOR BUILDING FLOOR CITY OF LUBBOCK, TEXAS
PLAN ON SH. 104 LUBBOCK WATER TREATMENT
NOTE: REFER TO SHT. 105 FOR PLANT IMPROVEMENTS
PIPING & EQUIPMENT HDR Engineering, Inc. CHLORINE/AMMONIA FACILITIES
Dote
12/11 91
Figure
ADD1-6
RAIN DEFLECTOR (TYP)
GENERATOR
EXHAUST PIPE
3" VTR O
o SLOPE=1 /4":1'
t
N CRICKET
rl
PRV-1
18'-0"
3" VTR
it PRV-2
w
a CRICKET
0
.J
U)
SLOPE=1 /4":1'
ROOF PLAN
SCALE: 1 /8"=1'-0"
REPLACES ROOF PLAN ON SH. 104
Im
MR Engineering, Inc.
CITY OF LUBBOCK, TEXAS
LUBBOCK WATER TREATMENT
PLANT IMPROVEMENTS
CHLORINE/AMMONIA FACILITIES
Dote
12 11/91
Figure
ADD1-7
s
SECTION E
SCALE: 1 /2" = 1'-0"
REPLACES SECTION E ON SH. 106
CITY OF LUBBOCK, TEXAS
LUBBOCK WATER TREATMENT
PLANT IMPROVEMENTS
CHLORINE/AMMONIA FACILITIES
Dote
12/11/91
Figure
ADD1-8
F
ELECTRICAL ALARM SWITCH
FOR REMOTE MONITORING
WIRING NOT THIS CONTRACT WATER MOTOR
GONG
SUPPLY TO SPRINKLERS
STRAINER
PRESSURE GAUGE (TYP.) RETARD CHAMBER
WET PIPE VALVE —�
WIRING NOT THIS CONTRACT n
ALARM TEST VALVE
ALARM VALVE
MAIN DRAIN VALVE
ECK VALVES
FIN. FLR.
SUPPLY FROM BACKFLOW
PREVENTION ASSEMBLY
& Y GATE VALVE
WITH TAMPER SUPERVISORY
SWITCH
FIRE PROTECTION SPRINKLER RISER DETAIL
N TS
REPLACES RISERS SHOWN SHEET 108 IN CHLORINE
STORAGE AREA, AMMONIA STORAGE & FEED BUILDING
AND CHLORINATOR/GENERATOR BUILDING.
FmCITY OF LUBBOCK, TEXAS
LUBBOCK WATER TREATMENT
PLANT IMPROVEMENTS
MR Engineering, Inc. CHLORINE/AMMONIA FACILITIES
Dole
12/11 /91
Figure
ADD1-9
f
t:
01
02
03
r-;:
04
05
06
07
r
08
09
10
...
11
w
12
13
14
15
16
17
18
I
19
20
21
22
23
24
�.
9
25
'
26
27
7
28
w
29
30
31
32
33
34
r
35
36
37
r
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
r
i
91L12
PART 1 - GENERAL
1.01 SUMMARY
SECTION 03322
INSULATING CONCRETE ROOF DECK
A. Section Includes:
1. Insulating concrete roof deck.
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. Applicator licensed or approved in writing by manufacturer.
B. Referenced Standards:
1. American Society for Testing and Materials (ASTM):
a. A185, Standard Specification for Welded Steel Wire
Fabric for Concrete Reinforcement.
b. C138, Test for Unit Weight, Yield, and Air Content
(Gravimetric) of Concrete.
c. C150, Standard Specification for Portland Cement.
d. C172, Standard Method of Sampling Fresh Concrete.
e. C231, Standard Method of Test for Air Content of
Freshly Mixed Concrete by the Pressure Method.
f. C260, Standard Specification for Air Entraining
Admixtures for Concrete.
g. C332, Specification for Lightweight Aggregates for
Insulating Concrete.
h. C495, Test for Compressive Strength of Lightweight
Insulating Concrete.
i. E329, Standard Recommended Practice for Inspection
and Testing Agencies for Concrete, Steel, and
Bituminous Materials as Used in Construction.
2. Specifications of Vermiculite Institute.
1.03 SUBMITTALS
A. Shop Drawings:
1. See Section 01340.
2. Fabrication and/or layout drawings:
a. Scaled drawings showing all slopes, penetrations,
insulation and concrete thicknesses.
b. Technical data on welded wire fabric being provided.
3. Product technical data including:
a. Acknowledgement that products submitted meet
requirements of standards referenced.
City of Lubbock, Municipal Water Treatment - Contract 2
103322-1
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
03322-2
O1
b. Insulating concrete mix design proposed for use.
02
1 Before start of work, conduct tests to determine
03
exact insulating concrete mix proportions which
04
will produce a material complying with
f
05
specification requirements. Submit insulating
06
concrete mix design to Engineer for approval. Do
07
not begin production of insulating concrete until
08
Engineer has returned approved mix design. Mix
09
design submittal to include the following:
10
a) Manufacturer, description, sizes and grading
11
of lightweight aggregates.
12
b) Proportioning of all materials.
13
c) Mill certificates for cement.
r-
14
d) Type and amount of air entraining admixture.
15
e) Air content.
16
f) Unit weight of wet insulating concrete,
17
pounds per cubic foot.
18
g) Oven dry unit weight of insulating concrete,
19
pounds per cubic foot.
20
h) Four 28-day compression strength test results
21
on 4 IN DIA x 8 IN high concrete cylinders.
22
Approval of mix design by Engineer does not
23
relieve Contractor of his responsibility to
..
24
supply insulating concrete that meets
25
requirements of this Specification.
r
26
c. Manufacturer's specifications, application and
27
installation instructions for lightweight aggregate,
28
control joint filler and insulation board.
29
4. Certifications of applicator qualifications.
30
5. Test results:
31
a. Quality control test results of in place insulating
32
concrete.
33
34
r-
35
PART 2 - PRODUCTS
36
--
37
2.01 ACCEPTABLE MANUFACTURERS
38
I.
39
A. Subject to compliance with the Contract Documents, the
40
following Manufacturers are acceptable:
41
1. Vermiculite lightweight aggregate:
f
42
a. Zonolite by W R Grace.
43
2. Insulation:
44
a. Insulating Board by Zonolite.
r-
45
i.
46
B. Submit requests for substitution in accordance with
47
Specification Section 01640.
*-
48
49
2.02 MATERIALS
50
51
A. Portland cement to comply with requirements of ASTM C150,
52
Type I.
53
r
k
City of Lubbock, Municipal Water Treatment- Contract 2
r
03322-3
r
01
B.
Lightweight Aggregate:
02
1. ASTM C332, Group I and to Specifications of Vermiculite
03
Institute.
Flo
2. Vermiculite lightweight aggregate weighing between 6 and
05
10 pcf.
06
�..
0078
C.
Water: Potable.
x
09
D.
Air Entraining Admixture: ASTM C260.
10
11
E.
Control Joint Filler: "Fibrous glass, of.thickness indicated
12
on Contract Drawings, and compressible to 1/2 original
13
thickness under load of 25 psi.
�-
14
15
F.
Welded Wire Fabric:
16
1. ASTM A185.
17
2. 6 IN x 6 IN W1.4 x W1.4 galvanized.
18
19
G.
Insulation: Rigid boards of molded, expanded polystyrene
20
having vent slots cut through board, and having impermeable
�~
21
facing material applied to prevent intrusion of concrete into
i
22
slots. Approved in writing by insulating concrete
23
manufacturer.
r
24
25
2.03
INSULATING CONCRETE PHYSICAL PROPERTIES
i
26
27
A.
Maximum Oven Dry Weight: 28 pcf, determined in accordance
28
with ASTM C495.
29
30
B.
Minimum Compressive Strength at 28 Days: 125 psi, determined
r
31
in accordance with ASTM C495.
{
32
.33
C.
Wet Density at Point of Placement: As required so that oven
34
dry weight does not exceed 28 pcf, determined in accordance
r„
35
with ASTM C138. Approximately 44-60 psf.
36
_.
37
2.04
MIXES
,r
38
i
39
A.
Prepare mix designs to meet the requirements of this Section.
40
41
42
B.
No admixtures shall be used except as noted in this Section.
43
2.05
SOURCE QUALITY CONTROL
44
45
A.
Employ the services of an independent testing laboratory to
46
perform all required tests. Testing laboratory to meet all
47
'
requirements stated in ASTM E329.
48
49
50
PART 3
- EXECUTION
51
52
3.01
PREPARATION
53
7
1 City of Lubbock, Municipal Water Treatment - Contract 2
1
03322-4
01
A.
Examine substrate and conditions under which work is to be
02
performed. Correct unsatisfactory conditions. Ensure all
03
materials, reinforcement, insulation board and forms with
04
which insulating concrete may come in contact are free of
05
frost, ice, mud, water, dirt or other foreign matter.
06
07
B.
Examine top surface of structural concrete which is to
08
receive insulating concrete to ensure that the surface has
09
not been treated or sealed.
10
11
C.
Lay out control joint locations accurately before starting
12
placement of materials.
13
14
15
3.02
APPLICATION
16
A.
Deliver concrete materials to site in quantities permitting
17
immediate placement.
18
1. Mix in accordance with manufacturer's recommendations.
i
19
20
B.
Do not place insulating concrete when temperature is below 40
�-
21
DegF or when temperature will be below 40 DegF after
1
22
insulating concrete has been placed and before reaching
23
required 28-day compressive strength. Minimum temperature of
24
wet insulating concrete when placed shall be 50 DegF. Do not
r
25
place insulating concrete when temperature of the concrete
26
being placed is above 90 DegF.
27
28
C.
Set insulation board on concrete roof deck surface. Set
29
board in a slurry coat of same concrete mix as used for the
30
insulating concrete to be placed over the boards. Set boards
so that positive venting is provided.
32
33
D.
Place insulating concrete to fill flutes in metal decking and
34
provide minimum 1/8 IN cover over top. Set insulation boards
35
so that positive venting is providing.
36
37
E.
Install welded wire fabric with minimum end and side laps of
�•-
38
10 IN. Cut to fit at walls, curbs and openings. Do not run
39
fabric through control joints.
40
r„
41
F.
During placement of insulating concrete, exercise care to
42
avoid segregation of materials. Convey materials from mixer
43
to place of final deposit by methods that will produce
44
required physical properties.
45
46
G.
Do not tamp or vibrate insulating concrete.
47
r..
48
H.
Locate reinforcing welded wire fabric at midpoint of
49
insulating concrete thickness. If required, lift welded wire
50
fabric during concrete placement to ensure its proper
51
position.
j"
52
53
I.
Provide minimum 1 IN wide control joints through thickness of
r•
City of Lubbock, Municipal Water Treatment - Contract 2
03322-5
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
insulating concrete at building expansion joints, at roof
projections, and at parapet walls.
J. Set screeds to ensure insulating concrete is minimum of (2)
IN thick.
K. Place insulating concrete to screed depth. Screed or float
to even surface. Air cure for a minimum of 3 days. When
temperature is above 80 DegF, or in dry or windy weather,
sprinkle the insulating concrete continuously with water for
72 HRS after placing to allow hydration and minimize
shrinkage cracking.
L. Cover drains prior to installing insulating concrete.
M. Protect insulating concrete from damage due to impact,
overloading, or marring of surfaces during curing and roofing
period.
3.03 PROTECTION
A. Do not proceed with roof installation until insulating
concrete has been cured a minimum of 3 days.
B. Do not permit any traffic over insulating concrete deck until
., deck is thoroughly cured.
3.04 FIELD QUALITY CONTROL
A. Daily Quality Control Testing:
1. At the start of each day's insulating concrete placement,
perform one insulating concrete quality control test.
For each 1500 SF of roof area, perform one additional
quality control test. Perform concrete sampling in
accordance with ASTM C172. For each quality control
test, perform the following.
a. Wet density test in accordance with ASTM C138.
b. Oven. dry density test in accordance with ASTM C495.
c. Air content test in accordance with ASTM C138 or ASTM
C231.
d. Four 28-day compression test results performed on 4
IN DIA x 8 IN high concrete cylinders in accordance
with ASTM C495.
END OF SECTION
City of Lubbock, Municipal Water Treatment - Contract 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
r
L.
CONTRACT NO. 2 - CHLORINE AND AMMONIA FACILITIES
PREBID MEETING MINUTES
�-
Ron Shuffield with the City Purchasing Department opened the meeting,
started a sign-up sheet and advised attendees of the key bidding
requirements such as time and place to receive bids, bid bond
requirements and the liquidated damages. The City Council will consider
action on the bids on January 9, 1992.
Dave Bessinger with HDR Engineering summarized the elements of the
'project and advised that an addenda will be issued clarifying issues
'
that have been questioned.
r-_
The last time for questions to be received will be 2:00 p.m., Friday,
December 13, 1991. The addendum will be issued on Friday, December 13,
..� ...
1991.
Following the meeting, some attendees adjourned to the treatment plant
:.
site.
E
is
4
E
�
rill.
1
r
CITY OF LUBBOCK
SPECIFICATIONS
for
TITLE: CITY OF LUBBOCK
WATER TREATMENT PLANT IMPROVEMENTS
CHLORINE / AMMONIA FACILITIES
CONTRACT 2
ADDRESS: 6001 N. GUAVA
BID NUMBER: 11712
PROJECT NUMBER: 2123-541101-9640
CONTRACT PREPARED BY: Purchasing Department
-1-
(THIS PAGE LEFT BLANK INTENTIONALLY)
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 OF INSURANCE..................................................................................20
7.
CONTRACT..................................................................................................22
8.
GENERAL CONDITIONS OF THE AGREEMENT.......................................................................24
9.
CURRENT WAGE DETERMINATIONS...............................................................................42
10.
NOTICE OF ACCEPTANCE......................................................................................43
11.
SUPPLEMENTAL CONDITIONS...................................................................................45
-2-
(THIS PAGE LEFT BLANK INTENTIONALLY)
1
r,
r�
t�
ti
r
NOTICE TO BIDDERS
r,
r
l ..
I :f
r
y
r
l_
(THIS PAGE LEFT BLANK INTENTIONALLY)
NOTICE TO BIDDERS
BID # 11712
Sealed proposals addressed to Gene Eads, C.P.M., Purchasing Manager, City of Lubbock, Texas, will be
received at the office of the Purchasing Manager, 1625 13th St., Room L-04, Lubbock, Texas, 79401, until
2:00 o'clock p.m. on the 19th day of December, 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
CHLORINE / AMMONIA FACILITIES
CONTRACT 2
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 9th day of Janaury, 1992, at Municipal Bldg.,
Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or
all bids and waive any formalities. The successful bidder will be required to furnish a performance bond
and payment bond in accordance with Article 5160, Vernon's Ann. Civil St., in the amount of 100% of the
total contract price in the event that said contract price exceeds $25,000.00. Said statutory bonds should
be issued by a company carrying a current Best Rating of B or superior, as the rating of the bond company is
a factor that will be considered in determination of the lowest responsible bidder. if the contract price
does not exceed $25,000.00 the said statutory bonds will not be required.
Bidders are required, whether or not a payment or performance bond is required, to submit a
cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a
reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less
r"" than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and
execute all necessary bonds (if required) within 10 days after notice of award of the contract to him.
it shall be each bidders sole responsibility to inspect the site of the work and to inform himself
regarding all local conditions under which the work is to be done. It shall be understood and agreed that
all such factors have been thoroughly investigated and considered in the preparation of the bid submitted.
The plans, specifications, proposal forms and contract documents may be examined at the office of
the Purchasing Manager for the City of Lubbock, Texas.
Attention of each bidder is particularly called to the schedule of general prevailing rate of per
diem wages included in the contract documents on file in the office of the Purchasing Manager of the City of
Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is
further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the requirements contained
therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as
.heretofore established by owner in said wage scale.
l
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 10th day of December, 1991, at 10:00 o'clock a.m., Training
Center Room #LO1 Municipal Building, 1625 13th Street.
r,
All questions of a technical nature must be addressed no later than December 18th, 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 Eads, C.P.M. L
Purchasing Manager
i
ADVERTISEMENT FOR BIDS
BID # 11712
Sealed proposals addressed to Gene Eads, C.P.M., Purchasing Manager, City of Lubbock, Texas, will be
received at the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock,
Texas, 79401 until 2:OO o'clock p.m. on the 19th day of December, 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
CHLORINE / AMMONIA FACILITIES
CONTRACT 2
After the expiration of the time and date above first written, said sealed proposals will be opened
by the Purchasing Manager at his office and publicly read aloud.
The plans, specifications, proposal forms and contract documents may be examined at the office of
the Purchasing Manager for the City of Lubbock, Texas.
Attention of each bidder is particularly called to the Schedule of General Prevailing Rate of Per
Diem Wages included in the contract documents on file in the office of the Purchasing Manager of the City of
Lubbock, Texas. Each bidder's attention is further directed to the provisions of Article 5159a, Vernon's
Ann. Civil St., and the requirements contained therein concerning such wage scales and payment by the
contractor of the prevailing rates of wages as heretofore established by the City of Lubbock.
The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant
to this advertisement, minority and women business enterprises will be afforded equal opportunities to
submit bids in response to this invitation and will not be discriminated against on the grounds of race,
color, sex, or national origin in consideration for an award.
1
r
There will be a prebid conference on 10th day of December, 1991, at 10:00 o'clock a.m., Training
Center Room L01, Municipal Building, 1625 13th Street.
l
I de 4
BY: Gene Eads, C.P.M `
PURCHASING MANAGER
(THIS PAGE LEFT BLANK INTENTIONALLY)
i
r
00
4
P" GENERAL INSTRUCTIONS TO BIDDERS
l
i
A
r
C
(poll
F
-4-
(THIS PAGE LEFT BLANK INTENTIONALLY)
GENERAL INSTRUCTIONS TO BIDDERS
1. SCOPE OF WORK
The work to be done under the contract documents shall consist of the following:
The work of this contract consists of a Chlorinator/Generator Building, modifications to the existing
chlorine storage room, chlorine feed system, ammonia storage roam, ammonia feed system, chlorine gas
scrubber system, miscellaneous sitework, associated piping, electrical and instrumentation work, including
relocation of and modifications to an existing generator set.
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
The construction covered by the contract documents shall be fully completed within 450 (FOUR HUNDRED FIFTY)
calendar days from the date specified in the Notice to Proceed issued by the City of Lubbock to the
successful bidder.
The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however,
the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated
by the contract documents. In the event the City requires a progress schedule to be+ submitted, and it is
determined by the City that the progress of the work is not in accordance with the progress schedule so sub-
mitted, the City may direct the Contractor to take such action as the City deems necessary to insure comple-
tion of the project within the time specified.
5. PAYMENT
ALL payments due to Contractor shall be made in accordance with the provisions of the General Conditions of
the contract documents.
6. AFFIDAVITS OF BILLS PAID
The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor
to execute an affidavit that all bills for Labor, materials and incidentals incurred in the construction of
the improvements contemplated by the contract documents have been paid in full and that there are no claims
pending, of which the Contractor has been notified.
i.
7. MATERIALS AND WORKMANSHIP _
The intent of these contract documents is that only materials and workmanship of the best quality and grade
will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail
will not relieve the Contractor of full responsibili.ty for providing materials of high quality and for pro-
tecting them adequately until incorporated into the project. The presence or absence of a representative of
the City on the site will not relieve the Contractor of full responsibility of complying with this provi-
sion. The specifications for materials and methods set forth in the contract documents provide minimum
standards of quality which the Owner believes necessary to procure a satisfactory project.
8. GUARANTEES
All equipment and materials incorporated in the project and all construction shall be guaranteed against de-
fective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the owner, a
written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and
pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear
within ONE year from date of final acceptance of the work as a result of defective materials or workmanship,
at no cost to the Owner (City of Lubbock).
9. PLANS FOR THE CONTRACTOR
The contractor will be furnished one set of plans and specifications, and related contract documents for his _
use during construction. Plans and specifications for use during construction will only be furnished di-
rectly to the Contractor. The Contractor shalt 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 alt 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
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 Contractorduring the construc-
tion of the project contemplated by these contract documents. The City of Lubbock agrees that it will'fur-
nish Contractor the location of all such underground lines and utilities of which it has knowledge. How-
ever, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such under-
ground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by
this contract shall be repaired immediately by Contractor to the satisfaction of the! City of Lubbock, Texas,
at Contractor's expense.
13. BARRICADES AND SAFETY MEASURES
The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger sig-
nals, and shall take such other precautionary measures for the protection of persons, property and the work
as may be necessary.
The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and
Lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and re-
placed by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barri-
cades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of
acceptance of the project.
14. €%PLOSIVES
The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor
from the City. In all cases where written permission is obtained for the use of explosives, the Contractor
shall assume full responsibility for all damage which may occur as a direct or indirect result of the blast-
ing. In addition, in all cases where explosives are authorized to be used, the Contractor' shall use utmost
care so as not to endanger Life or property and the Contractor shall further use only such methods as are
currently utilized by persons, firms, or corporations engaged in similar type of construction activity.
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
ONO State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written
E!
j -7-
notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or
change. All policies shall contain an agreement on the part of the insurer waiving the right to subroga-
tion.
The insurance certificates furnished shall name the City as an additional insured and shall further state
that ell subcontractors are named as additional insureds, or in the alternative, shall be accompanied by a
statement from the Contractor to the effect that no work on this particular project shall be subcontracted.
17. LABOR AND WORKING HOURS
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages
included in these contract documents. The wage rate which must be paid on this project shalt not be less J
than specified in the schedule of general prevailing rates of per diem wages as"above mentioned. The
bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil
Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations there- _
under. The inclusion of the schedule of general prevailing rate of per diem wages in these contract docu-
ments does not release the Contractor from compliance with any wage law that may be applicable. Construc-
tion work under this contract requiring an inspector will not be performed on weekends or holidays unless
the following conditions exist:
(1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary
service to its citizens.
(2) Delays in construction are due to factors outside the control of the Contractor. The Contractor is
approaching the penalty provisions of the contract and Contractor can show he has made a diligent
effort to complete the contract within the allotted time.
Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor
must notify the Owner's Representative not less than three full working days prior to the weekend or holiday
he desires to do work and obtain written permission from the Owner's Representative to do such work. The
final decision on whether to allow construction work requiring an inspector on weekends or holidays will be
made by the Owner's Representative.
In any event, if a condition should occur or arise at the site of this project or from the work being done
under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately
commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition
so that it is no longer dangerous to property or life.
18. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project
under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without
discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the
site of the work shall not later than the seventh day following the payment of wages, file with the Owner's
Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name
of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The
affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deduc-
tions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon.
The Contractor must classify employees according to one of the classifications set forth in the schedule of
general prevailing rate of per diem wages, which schedule is included in the contract documents.
.8-
t
r
l
r The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten
dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such
laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set
forth in the schedule of general prevailing rate of per diem wages included in these contract documents.
19. PROVISIONS CONCERNING ESCALATOR CLAUSES
Proposals submitted containing any conditions which provide for changes in the stated bid price due to in-
creases or decreases in the cost of materials, labor or other items required for the project will be re-
jected and returned to the bidder without being considered.
20. PREPARATION FOR PROPOSAL
The bidder shall submit his proposal on forms furnished by the City. All blank spaces in the form shall be
Owl 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,
i
association, or partnership, the name and address of each member must be given and the proposal signed by a
member of the firm, association or partnership, or person duly authorized. if the proposal is submitted by
a company or corporation, the company or corporate name and business address must be given, and the proposal
signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign
proposals must be properly certified and must be in writing and submitted with the proposal. The proposal
shall be executed in ink.
Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and
endorsed on the outside of the envelope in the following manner:
(a) Bidder's name
(b) Proposal for (description of the project).
Bid proposals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids,
but no proposal may be withdrawn or altered thereafter.
21. BOUND COPY OF CONTRACT DOCUMENTS
Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the fol-
lowing:
r"
(a) Notice to Bidders.
(b) General Instructions to Bidders.
(c) Bidder's Proposal.
(d) Statutory Bond (if required).
(e) Contract Agreement.
(f) General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
(i) Insurance Certificates.
PIK (j) All other documents made available to bidder for his inspection in accordance with the Notice to
Bidders.
i
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered
incorporated by reference into the aforementioned contract documents.
i
r
r -9-
No Text
BID PROPOSAL
-10-
(THIS PAGE LEFT BLANK INTENTIONALLY)
BID PROPOSAL
BID FOR LUMP SUM CONTRACTS
PLACE Lubbock, Texas
DATE December 11, 1991
PROJECT NO. 2123-541101-9640
Proposal of Red River Construction Company, Inc. (hereinafter called Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Gentlemen:
The Bidder, in compliance with your, invitation for bids for the construction of a City of Lubbock, Texas
Water Treatment Plant Improvements — Chlorine/Ammonia Facilities, Contract 2
having carefully examined the plans, specifications, instructions to bidders, notice to bidders and aCl\other,re-
lated contract documents and the site of the proposed work, and being familiar with all of the condi'tions.surrourld
ing the construction of the proposed project including the availability of materials and labor, hereby propoles"to'''",,
furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifics
tions and contract documents, within the time set forth therein and at the price stated below. The price tolcq�(eryJ'.'
44 i,
all expenses incurred in performing the work required under the contract documents, of which this proposal is o'te
a part, is as follows:
MATERIAL:e�i(—(S �3 3Cyla•0Z� ) "1"'
SERVICES: . A6e_,,,►d
TOTAL RID:
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 450 (FOUR HUNDRED FIFTY ) consecutive
calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further
agrees to pay to Owner as liquidated damages the sum of $500 (Five Hundred dollars) for each consecutive calendar
day in excess of the time set forth hereinabove for completion of this project, all as more fully set forth in the
general conditions of the contract documents.
Bidder understands and agrees that this bid proposal shall be completed and submitted in accordance with in-
struction number 20 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in
the bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar
days after the scheduled closing time for receiving bids.
-11-
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined
the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees
to commence work on or before the date specified in the written notice to proceed, and to substantially complete the
work on which he has bid; as provided in the contract documents.
Enclosed with this proposal is a Cashier's Check or Certified Check for
Dollars (S ) or a Proposal Bond in the sum of Five Percent of Greatest Amount iDC?llars (E 5$ of G.A�$.
which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is
accepted by the Owner and the undersigned fails to execute the necessary contract documents and the required bond
(if any) with the Owner within ten (10) days after the date of receipt of written notification of acceptance of said
proposal; otherwise, said check or bond shall be returned to the undersigned upon demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all con-
tract documents made available to him for his inspection in accordance with the Notice to Bidders.
Red River Construction CompanD Inc.
Contractor
BY: '\%.—I
Jimmy D Sm h, Vice-. President
;'(Seal if Bidder is a Corporation)
ATTEST:
r1
Secretary De -=-Port r
Bidder acknowledges receipt of the following addenda:
ADDENDA NO. 1
ADDENDA NO.
ADDENDA NO.
ADDENDA N0.
ADDENDA NO.
ADDENDA NO.
ADDENDA NO.
ADDENDA NO.
ADDENDA NO.
ADDENDA NO.
ADDENDA NO.
ADDENDA NO.
-12-
LIST OF SUBCONTRACTORS
This form shall be completed and submitted with the Bidder's Proposal.
rl
-140S
o oT/ N
3. D. 4. L- MA-SoN
4. s P -PA-I 9AI N� .
5, mC. LsA-ry
6. w l4 F
!L
7
8.
9.
10.
r
?A
t --
Minority Owned
Yes No
(THIS PAGE LEFT BLANK INTENTIONALLY)
rl
ST. PAUL FIRE AND MARINE
INSURANCE COMPANY
&Lebdiiy St. Paul, Minnesota
rf A Capital Stock Company
BID BOND
Approved by The American Institute of Architects,
A. I. A. Document A 310 Feb. 1970 Edition
Ti
t
{ �_KNOWALL MEN BYTHESE PRESENTS, that we RED RIVER CONSTRUCTION COMPANY
13725 Omega Road, Dallas, Texas 75244
as Principal, hereinafter called the Principal,
rr-trld the ST. PAUL FIRE AND MARINE INSURANCE COMPANY, a corporation duly organized under the laws of the
t.
State of Minnesota as Surety, hereinafter called the Surety, are held and firmly bound unto
CITY OF LUBBOCK, TEXAS
as Obligee, hereinafter called the Obligee,
in the sum of Five Percent of the Greatest Amount Bid - - - - - - - - - - - - - - - - - Dollars
;$ 5% G.A. B . ), for the payment of which sum well and truly to be made, the said Principal and the said Surety,
bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for Water Treatment Plant Improvements
Contract No. 2
A
- NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a
contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in
the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for
} the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the
Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not
to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may
in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and
k -void, otherwise to remain in full force and effect.
Signed and sealed this 19th day of December A. D. 19 91
RED RIVER CONSTRUCTION COMPANY (Seal)
- ern
(Witness)
IBY �--- .
AL
(Witness)
13250 Rev. 5.79 Printed In U.S.A.
i (Title)
&F'eMarine Insuranc mpany (Seal)
(Surety)
By&ItPaul
(Attorney4n•fact)
W. Lawrence Brown
Printed with permission of 77te American Institute of Architects
_ U' ST. PAUL FIRE AND MARINE INSURANCE COMPANY CERTIFICATE OF
1S 385 Washington Street, St. Paul, Minnesota 55102 AUTHORITY NO.,
, r'; :; • . ',� r1 ,_,I i.1. _:.,...., - , ,-;� 'f.ii ll Ilt��51•tll
1 iv. 1 For�, verification of the authenticity of this Power of Attorney, you may telephone toll free I-800-328-2189 and ask for •,? r /j i r . ; r
)the Power of Attorney Clerk. Please refer to the Certificate of Authority No, and the named individual(s)
Vole , , GENERAL POWER OF ATTORNEY -CERTIFIED COPY,
(Original on File at Home Office of Company. See Certification:) :I
KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, a corporation organized and existing tinder the laws Qf the
State of Minnesota, having its principal office in the City of St. Paul, Minnesota, does hereby constitute and appoint
, -. -. 4 ,y•, i. i' l,t '',,. :.•.., . -..:.- ;.''ii `.. ', .l .';. •' --•,-' -,-. '' '1�°`7)li�l 1 !f � � �/ tltl1`'ie'1�r�ii�l }})lf 1 �}�1
"Janice G. Correy, Joe' l3ivice, H. A. Gibson, W. Lawrence 13ravn, ' }, �If }`t' ,,1
j :1}
Dorothy Valek, KathleenDay„' L":'' Ray Pitts, Jr., Pamelia Langley l`
,
individually, Dallas, Texas �,��t,i} •l' j
,. f,�!I���!,' ' 1�!1i,rt ' , �? i �:i•� t i '! -' .. - !��.��' i!i(l((t�� ���t t�C� ��
its true and lawful attorney(s)-m-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, recognizance's; coniract9la f t
indemnity and other writings obligatory m the nature thereof, which are or may be allowed, required or permitted by law, statute; rule; regulation, contract or.
otherwise, , , +
1�1. !),1}j) t1�t11Jr) 1
NOT TO EXCEED INf PENALTY THE SZM OF TWENTY FIVE MILLION ($25', 000, 000) EACH
hill., t (' .iy�• ;i '' !ti S,, t :,I i'il�i,��•\1 -' -, 5 't (i:,l,! {{1111 -if (�l
i}. t , ..,� r , 1�l "j }1 !A')
!•! '+. '� gtr., ! !i„ f,.;j• i
and the execution of all such instrument(s) m pursuance of these presents, shall be as binding upon said St. Paul Fire and Marine Insurance Company, as fu
and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office
This Power of Attorneyis executed, and may be certified to and may be revoked, pursuant to and by authority of Article V,-Section 6(C), of the By -Laws
adopted by the Shareholders of ST. PAUL FIRE AND MARINE INSURANCE COMPANY at a meeting called and held on the 28th day of April, 1978, of
which the following is a true transcript of said Section 6(C): !
The President or any Vice President, Assistant Vice President, Secretary or Service Center General Manager shall have power and authority }I•la i�!t1�S
(I) To appoint Attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach the Seal of. the Company thereto.;
bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and
(2) To appoint special Attorneys -in -fact. who are hereby authorized to certify to copies of any power -of -attorney issued in pursuance of this
section and/or any of the By -Laws of the Company, and
1, W' . To remove, at any time, any such Attorney -in -fact or Special Attorney -in -fact and revoke the authority given him
Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Wrmpany adopted at a nice ting duly i ;
called and held on the 5th day of May, 1959, of which the following is a true excerpt i •, I((ri; 1 ! , ; 4 t ! + i
!i Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or 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 and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the
future with respect to any bond or undertaking to which it is attached."
EI 7j f���j ttr. •.: i! j 1,; :- ,_. :.'�1; +; •. ':' ,, , : ;, i',t;,' ' ';'' rr'r '� trf
i4:yt"f RE""kNwy, '`i'l { ;IN TESTIMONY WHEREOF, St. Paul Fire and Marine Insurance Company has caused this instrument to be signed and its''
„icorporate seal to be affixed by its authorized officer, this 30th day of November, A.D..1990. a`
E
ST. PAUL FIRE AND MARINE INSURANCE COMPANY ,
r ( tr r f i � ••
o•� t t } I' ,•l, ,
; �, 111 r1. tiH,) t� - i } tii .• ;.;; Ir�
yi s�� G tr { TATE OF MINNESOTA ss
o fniofDakota ;r ! fi •`,fir DAVIDLITZKOW, ice Presiden['<<i
:On tuts !) 22nd;s j t } day of ;' ' +' APr� i ` '; 19 91 , before me came the individual who executed the preceding instrument, tome
personally known,'and, being by me duly sworn, said that he/she is the therein described and authorized officer of St. Paul Fire and Marine Insurance
Company; that the seal affixed to said instrument is the Corporate Seal of said Company; that the said Corporate Sea] and his/her signature were duly affixed by
order of the Board of Directors of said Company. i
a l r I f i
t}}}�jt�IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the city of St. Paul, Minnesota, the day,
�%At S and year above written.)
�tttj ' j ;(,'lilt►' '�`'r•'1lt�ll' � �l�r4r ` l � I J� � t
10
r' ` � ^ f� try .,,� , ' �. 1 , t'lti�]�(s11�'•1'`�;'�i',` '". ��/}�� ,�,.• s •� .`i
ifiwilmil 'itklid (; 10. U :(!,< , •,,�a fly
MARY C. STEMPER, Notary Public, Dakota County, MN
r i 1 1 My Commission Expires October 22, 1996
CERTIFICATION . 1
1, the undersigned officer of St. Paul Fire and Marine Insurance Company, do hereby certify that l have compared the foregoing copy of the Power of Attorney is
and affidavit, and the copy of the Section of the By -Laws of said Company as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE',
HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals,.and that the said Power of:
Attorney has not been.rlwoked and is now in full force and effect.
...
_ i •, ; 1 tl IN TESTIMONY WHEREOF.1 have hereunto set my hand this
19th day of December , l9 91 JEROME H. NOLDIN. Secretary ;
Avcf l4rlr• r r ..
Only a certified copy of Power of Attorney bearing the Certificate of Authority No. printed in red on the upper right corner is binding. Photocopies, carbon
copies of other reproductions of this document are invalid and not binding upon the Company.
ANY INSTRUMENT ISSUED IN EXCESS OF THE PENALTY AMOUNT STATED ABOVE IS TOTALLY VOID AND WITHOUT ANY VALIDITY. ;1
29550 Rev. 11-90 Printed in U.S.A.
PAYMENT BOND
-14-
(THIS PAGE LEFT BLANK INTENTIONALLY)
0
STATUTORY: PAYMENT BOND PURSUANT TO ARTICLE 5160
OF THE REVISED CIVIL STATUTES OF TEXAS
AS AMENDED BY
ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION,
1959
POND CHECK
r_;_ST RATING
LICENSED IN
DATE
o
KNOW ALL MEN BY THESE PRESENTS, that Red River Construction (hereinafter called the Principak(s), as
Principal(s), and St. Paul Fire and Marine Insurance Company -
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock {{hereinafter
called the Obligee), in the amount of ve H.RdEed_N4nety—$fight Dollars (S598,90000%%futmioney of'�
tve.8�d�ri —r sYTs��—
the United States for the payment whereof, the said Principal and Surety bind themselves, and: their he(" adminis-
trators, executors, successors and assigns, Jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the .1 0 t hday of
January , 19 92, to
Bid #11712 — Water Treatment Plant Improvements — Chlorine/Ammonia Facilities
Project.
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.
7
-15-
i
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this
22nd day of January 19 92.
5t. Paul Fire and Marine
Insurance Company
UeiyPrincipalRed River Construction Co.
(Title)
W.Lawrence Brown, Attorney -in -
By; r /�_ Fact _'
Dean Porter (Tit-te) Secretary Treasurer
By:
Jimmy D. Sm t le) Vice President
By:
(Title)
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby des-
ignates Howard Cowan an agent resident in Lubbock County to whom any requisite notices may be delivered and
on whom service of process may be had in matters arising out of such suretyship.
St. Paul Fire and Marine
Inn}ur*e Company
( itle)
W.Lawrence Brown
Approved as to form: Attorney -in -Fact
City o ubbock
By:
City Attorney
*Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws
showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy
of power of attorney for our files.
.16-
No Text
(THIS PAGE LEFT BLANK INTENTIONALLY)
0
p. STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE 5160
f OF THE REVISED CIVIL STATUTES OF TEXAS AS
AMENDED BY
ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION 1959
BOND CHECK
BEST RATING 7�
LICENS iN TEXAS
DATE By
Red River Construction
KNOW ALL MEN BY THESE PRESENTS, that Company (hereinafter called the Principal(s), as Principal(s), and
St. Paul Fire and Marine nsurance Company
(hereinafter called the Surety(s), asi�(�'81��e�'—'i unto the City of Lubbock (hereinafter
called the Obligee), in the amount of TL:U,Sa21� T�Tinp T•i„ntq tq----Dollars (s 598.900)QOwfut money of the
United States for the payment whereof, the said Principal 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 10 day of
January , 1999 to
Bid #11712 - Water Treatment Plant Improvements - Chlorine/Ammonia
Facilities Project.
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.
day of
S t/.1 P
Us&
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 22
January , 1992 _
U1 Fire and Marine Red River -Construction
e
(Title) Attorney -in -Fact
W.Lawrence Brown
.IS -
Company.._
Principal.
By:�"_�
Dean otter, Secretary Treasui
(Title)
By:
Jimmy D. aLit -tte) ice Presideni
ay:
(Title)
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates Howard COWa'3Pagent resident in Lubbock County to wham any requisite notices may be delivered and on
whom service of process may be had in matters arising out of such suretyship.
St yy11 Pau Fire and Marine
InSt�razi4e Company A
(Title) Attorr46y-in-Fact
W.Lawrence Brown -
Approved as to Form
City of Lubbock
By:
City Attorney
.Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws
showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy
of power of attorney for our files.
.19-
'li.r e,r - i. ,} } a I=i lit It1 a -}4' s• 1 ilal
..:.. CLiFp.�Ris�E rAr�`,f...:.,r ; i *-
+ i,� 3$ i) f!as lii� � +tne�ii►,St.'Pact,#Mtppesd�a S5102 ; �� � ORq NO
I19' r Iil� ('J.I{ItlIt{jlE,€IO€t
r �'i
t��tificatiop f�heAutWntl�lC};kiiktfAtt fiey`Ytsi na+itelephbd4ftill,$reei1Bt10328'- 1' 9'�!j�
pt !`.' �� eilmdrYldt�.l:sl iii lit) !,€'.+'{ t+;'i• r 9 ri =tll�(i!
icit wVer�tttior ey?.Gierllc �1 )i taf; °'Ti77;�°.r
?.-I�ptlt�� l?t�l •f1�f1` tl�1.I?jtt,.
i) r t t ,{, I HIM Si' +
tt )�r t ° ';t+'1�<LU�i7.?�?ji?(iR� 1� i+3}r ` } ti ,:r t r`t•#i)+
t i 1 }11t }1IllIiIIIfl(� I?I�l11, 1 )I111 rt inallo4 `t 4 :.,.an � C G [t1
1�;,, t�,I`11 }I I li�)'1!#�, tl�}.i: q ,iIIIIi't 7t j; 1 } ,t ;,;` I tj?.l irdbjir;re }-i i;l ,i' t€}!)i:�i } ; ►,ijt rt;l lr
If }'r'F} ) `) -7•/`t ,) .�t ! .!; },', 1, 7. F ,€..
p i1CNOtV EIV R 'tMES'E k`PYS�'N'I�S T[i t t,' , n , r�4e Ynsursrice �ompsny, a u�porat o- $an zbct i �n anger the. aws �l'. the
t Stag igEfMimlbsOtjtUn� i1t pslneipal bff�ce m)ha% ► nl,�lrm�lia, dtie3 hereby. cbttstiltC end€p"rt#!;fit; : ; #r r: ; # ! P
t(;'t.fs i 'lf t �� t, t t{ tl :r t ti --1 1 i II }It t1
F( k:l§ { l } } i` t
t; a:,t t� Al } 7�t) 1 l 'H i
it}tf )
411"
.,1�ji� d �tt{+ h i f� 4 t1 � it l �Il!{?�t!"i i"� a s';Sl((�{} p itiilT)I•t, i)i{tri(,i,la;'((+{id Ir`y��� ilf` jY !( ' �'t
, s =S•S,i,t�'�tk'+``yylx,a�+)'3 )'t'!� ,1!`�.h�}}1 t',�t� s '; "•�)r�}t.t) Pil�`�) j1 lj iili{t )lt �), ?I)iRjt �)lt9}iR� iR1+13�, 3 i}�,i �f) } 1`jp�{'t,!
7 .t
} sr,.}1.: .f,1il} f 77':.; ,t1,-7• ;r'„tt }}i IS�) 11 I:iti„) tjt#,t) tl if„ja:? ipfill',)}+=i;
(istr}ieanci l t t'µ(?.�t or{i ey(sj.itt tani b ceeute s¢ar3 h �qtf �tc�on (st ehaYFn sir = r�}r�dtC �khgpds ndund iucl4 g ecoglllzancesieohttagsOf l
ridunhrtyd4jDt k?k!zltigspbltgatb#jiht6eptciudl ,wh#cif,�tptriay6ea11av�.gtttgr.pefmtEettbYla;�ttute;le,±'a lanctneorttraet:an#;
�!!
t t
')t )+ r ll)1)) )I)}))tl?),,pt'llit l i',i}t l;)i;l !li�l' 1'1# s:#p ?jj t 1( ( f „
3 t )} �y.��.��+,,{�) t � i f fit t It t•F��1 f ) `_:' .• t t _ t i�./.� f t - V%C ) #tft
pp 3 )r ? tt t # i Pr } ? #
li t ,iifil ! 3 t k lit�•l ° t,'=I 1 (55 I !,.li'(t !tt :, I im!: It!;!.III-ill }.
t 1 ` ir)1 'it tk� !it l,t, r} }•;t�)i �}1�t1�S t) i }, t:�.}}ll ! }}}�3 1p si',it'147Fj?�
ql{.,t �•?11,i
anlit he ezeC' n lob'''' I l,euct T istrumen (syi ut iiAii k1t1C1�`e'se' 1'ir'setitis all'be ei� bl 1# $'t t.i$t p ut Eire' h'tia; "i-1t ti �j }' a p, yi,
u ,�► p � ` I aa�t a� as fu11, i?i
and ;amPIY ?4`,$ll �ntenti?and pu poses; as tf the s e(i b n' dl j 4xecute¢ and,ack'n 'd"ed �i4i';tegulariy'eiect}iMg'jttit�'apfi
?4,o
! �li)llli) )Ir,IF )."ltiit(j r It
is Power•o' ' 'tn'� �[ sari t<d'' nc� ina'jir fa a• ! hii' , t Ib�,,,'vv% ` ',I arena ('t d 'att hoot . l f l � 'i gl`f i C , iof. l e l�Y a YS's{.
, �4a e Q . 9Y Y,P F�P iY 6r I Y`)adopted'by:lhe i hbid�k IlJ i9 PAVLi l IfttMA1i`ft�'�NS�1�F��CE,!�t�MP4I��; ��� i1i#eeting called anc�; Yd att lrg th ay of Atifit,li9'18, of '1;t1) Wt1I! , },
# .,'3f}i ' ! !!} lr ;) , - rr t ri ,)tt, I I)1,!'3
I. [_ t 3pj i +l tl 11 till i ( ( : ;IY€ 11 ;l l I :I iIlit. { a :
Clj'pYr e E$l nt�i}9F n) 1 C r�"4t4� llj t i8t )ikT$elf!(e i tl�4fl Pner�lMan7ger5haftlia✓jpo ell", lalltifo lLy sl. "�',r'il
t i+t � �ri it o �►i' ltiarit ys hi f�cr �{d;Fp . pt4ze them f pxeeute or(,bet►Wfpp the Company and attach -the �ea fdf kle company thereto °.+
#i t"?; tial yt.}nd kipts,'fio a�za „3►�4 taints bf�ndemttltr ojhetltings obligatory m the ii juiyel[h 1x t ;r+11
,.
I I,� (i layppo nt ?wal lttort4eys-m; t ' fit i ft h6reby. �atrthotizec�,t6 4Trfi �r � opies df any';�ower' tE;. o' #�sn ,ict pursuance bf this }
lti nil}l •t jF}}))? )} 16it�Cf :9 dl9T n ?O ale yt�allYs} 1 inPai�, l!?d }, t •i'r}i':? I}'�1.'i )t t eI , p?' T I ). l+?
t(;':`.(t `f': (ffi(3):?. t71itdemoVeat�(iy;tim4 a4iy",,s,;Cli'n�t py`ilifaCtT'9peei.11'�Ati, kg.{rft
i 1 i' } l: 1 1r pilr,'js ) `}1rn17y p!itlat fii ps #i i �y 1 liitf!?,r1 f)l ,t11? ; 1� fill)) i ;I 7i) i1r41)}1
Ipi}}))}li))lt)))t) jt,},;))r t ., .t, ', l i) t:.rr,l,tt :i, I ) •r t) ,t,JP ,)i7i l�:r ;{; , Ir , r € �' : €i t. t;
Eprther,#thrs`Isbwerbfii?i<ttorneyls�ighedand' ed:6,fa tmile, t#ruantit esq�ttt �RfUt s ??ii a q( tll#gt(uiy�lti
i� 11� tc�i rtl (jy�{p t# `jf
iealled dtjd td " >?h Sttt'tlay ofrMa .11959 ikti e gAdiv�ty !I'Ip i , #, ' j7 . f j /'�f P j(I t! «+''
ti il#ji,' �, ,I i ^ii , t€ t;It If d, t,(? , (} d,i I�EI
t
+l} i } rill isIi�l'7 �. ��t
') �1such off'+ er'tt th aye.c!!a p ttt %ertieato nn
+ t p f s ? t! =','thereta by facsmile,nd}anysuch pdwer,b{pf,}}ttlt,tf�caf e an' �ii§ t1 e pi' 2tsr{i1 a1 1• ' a,t► d bli�di8 upon'thC. j
:Cornpan� ��id alnY such, powerso exeeutpd,aq 1 f>gq by';f cslr , 3}g atut¢s' iid1 icy � � eal'SFla be 4atic(:' and �ttd pg b4 'tite.Coinpany in the j"
futprc,W,t,hk'�S �C1 q� y,bu dotund li�t1 q'wj�l Jt;js.a`ttac6�dk, �1,
a t i; r+ r. „ 1�1. iri it!' � l,',}+ 1�Y,;t>r(3 °S�','Fal+l p pdIar del >, , ,oa?PanYp� a canna it us PT4 t}4tmet}t# tstbe signgd and its? I), Jl�pyclhber,:AtC1 l , a p { , i a i ; 3 # fl i t
I1,11 I r:ip },t ! }ip itt }ft1) a li .€,{ i' `t
' t i(. t`# t, I �r t 11 P U iFiRtE Nia�wAE�NSI7iI ki`�b&PANTr.
i 1, 3 i li )1 lii !li 7tt t }i
}t:" } ! } t li } �t `; } t• ''i;Il!: ,11) - r ':s
�))1•,l, i.) (���iil i
�p f i i( (I{tt317 f(i{i);
t'I' l�� li}� ` lit s,�It?);ipp))a ,.1}t ?fp1; t�tilli t ! )#It tti 3 )si 3 i•l;l'�)'I?ter kl a '�I ..; ••, •R''i' � +
WWII
TEAF•IViI1�NE 4? `At}ry i I ( I) Is ! i 1- i li I llii. i I
j!t:')1< 4iilt �7 ay,?il P'.li � } tiant i�1f` ia14t0ta )iii 71+'r? 10D)i? i�ow';t'
i t1 i�A Z 1C te$tCiC11 .
tif}tltli(jp, {i}I )i(t ir;fi;flitifll[rli,itl4; 1€ f i € irtl l i } t,
S --'ts t' E3 p Ii i ! Ip+ li 1 � P� ?i 11�i ,;, ., i1+.'., If �e i iC. },'7p1 r- s11 .t.illi�)
If ` { '.1}iltil,jff ,Y i;'',`;p,,yxj�,lilt�,,�M `�"RI 19 a!]k� ;,`b;e#)o;�'; ec e t e 4ce¢�pg}nstttiinenttaome;(:
o.kiill I It t 'o ` I + i 4he ttd�vlduai'who xecut, th
t eta .yii #tj �,�Ipe }a t• uV Aw,grn,,' a6tliafjl� p �s ii#g ii}ereiri,{1es abe l i nd la t orized ttfii�er ion St,+lPaul, ire;and Marine'Insurance;; r
" o> PanYi u#af;'> ►i' a (# ;d �nstruriie t �tPe a porak 5e�1 bf bald Compan�# thtat the laiTcorporate Seal and hts�her',sigltattlii*iete duly affixed by )
0 T fthe"; bsat S f idCgm }�t �j )) 1 )li}filit`'` liri:};)t P)' i�1) ?91 11h'ifai+� t j1$:�j( 1 i,: iyl , ;) !i )7
,fl gF�pfifi? P i)+ , I 1 t
'
I'''ll N TIMb i ( k.� ti�! @ k 1 ti' }1 r , l We ,!�I I I "'€
$ NY Ru, 2i r ,tQ e ' I�� d' (afftcial $ea( rit h'e g tY ° t aul, �hrnnesota, the "a i
t ,i t r4 i" t r ,i r pt. aril ,- t t:, �'. ;t. '
HIM'k*earfirstaboYe �t j )1 }})' )tn ' )} j)t)1;1:Fr III )I, � #' i)}i' ! ,))? Ii).!r),'?)3)
r ! j ial') rS l€
11 [1 j{jtfi {)j1{#t �!� 1 pt tl' iiI(f.} !;'I 11, 11ilf ilk I'll itllili (•fiil t !t
I 7'�r .)• i.
�/ E R )Itr-
li!' fit;-p`i,rR• - �) I l3fi,t i#i I! E 4.i ll� t?if ) I) 't i(il #-)ll14 11 i.;i•.',�
} i 1 ei i ,:tr et ?)1 } } } ti , - li,1 �! #r
t r } R3Itj1,),t(} t € () )) ))i?,ra it Ir�la#I)►,) ii) i'. t ''a
i [ P 1 `i "" ii tt f t 'flow; iiI ;,ytE[i( ii [f i { ,€
}Is pr'r �Q ."t.,l ,lj�)}it )I).€,7? it 'j)€.` sp ,, Ir).jt}jtl�}}��j ?i31 3;, }r)€) .! r -gll .r )}!.' rkzpF)= la r)Iii;)t })? };31}t)!} I}f )I3�)f?I})tl°t-?i311i )r i'-,?'`)
€ t t (_ ' ! I t ! I l , } 1 MARY C. S`TEMPEIt t��att � j"jtp ie ;li�akpta .Goa ty IYti�
1.,})EitF}ii�9 }1 Fj:, ! it3illp•:l ! i) I:ilil))ts !k.•.i}�p }?iitpi i).)t)lit r slga:i!}t
yl)'Oin(1115$ Qr►:#tifestCii?QT , F
i'`k`p ip•' 1, )t 'i'ik( P xl ) t?t i)I'i} l; ji 3 1' ,'; l„ ? :
IpCE[TIRCA�ON'```'i,'ikirt'kil``ft'' k i' ''`i'°
};I; the cinder9rgneol officevl T S(. P"l Fire and 1Nariii �I ai itc�'t}ontpany, sio'heteli�` rtifl7F h 'tl�,li ve Eohipared the f 4 Copp �i3 a t e df A( ntn�y }is,
and affidavit; and the cq' y,pf the Section of thy. (3y-�aivs'.E� , said t pmpatly as sgt or tr; said 'pyver" of Attbrnej +�r th' h¢, t1Cj tAX S 1 if ]TX IN IT" t',
I1HOME OFF14%, ,SA1I1'O MFAN .'and ghat tHb' 'amo re, bract ttanscr`cpts he 0f pn, ' f"t e,whole'pf;the's�tid dfigjtl�� '' nd EhQ� f e`sairl lower df
AttOrneyhas'notbie ,eeVo'ietlanf[as1lwlt►#nil'-ft?tffgt,,` =i3 ;r;}3 , I)'t'sr€ `'!, t}' t} 1
)i f+ ( t�ila'{(t4Iiijli(,j(s{ff? 1 t +f if ;y+ t,l� (+.,+ 1 ttl tt 11° l:1
y iz ills rt .t I rllpi)1}ii t i.
a* ' i 3 r'��L'STIMdNX W>t �ave �eteunto set rely (rand tkus i i 1g I ` j p p�#��;ti
at Z r{ ?llp t#!e }tt i) )sil�alr it 3r�t) )�i)t )! ! i 3 } ,l3� )ilt]ps,?1) €tt t)?i lit ;I
R !tt
'it t " ' p YI 1N{iLI�INjBecre
3 yt� pl !)Itf4 !i i ( .t 3 1 I i -.I 3 t itil I
LG ! x i s - t - {tlizi t i
aYlsif) ! �}zy 19 tvys,`t E I€ i)1I)J9ROMBi' jAill1�
ftI"I t r= I I t ,i,E( I";i i( Iit{j{ t t.
}• :rt a 1 rS i 1'}i I tli i t.l ):?ti!'' ii`t
i' a Icertifiet� eojiy. ark PpweT 6ft�.fioi'eey bearing the Xrf cote bf Authbrny Alp t ' r ltecl' A � �, ��le upper litgh� �CArner � �tntitng !'hotocopies, carboidit
apples or other lbtlrkodtretibtls, Qf thridbcument art'gYl 4tibrncl�ng ulwp !4 i nlpa}#Y t )k1,)) tf` j t ; , ` t ` t 1 j i 1 }; } ° t ; ? i 3 i i . s , ` # r , . , . • .)) I ( )
ip?,? �,;i�l•!(I #+',i �(it,'tl:Pj$. i ii illE! {,;i",li( it`; I,itill iy6til'<i r I 7 t
ANY iNSTRI�MEiliTjiS9fi}ID`1 7LC);SS.pF T� HE I' N. '11I"YI t1MOVINT STATV `A$O Ei S It)TALLY 1QIa ANI1 wVITE� U7 NY VALIpITY
<1 i i �,'lii I q P iId , ;t!ti ipltG 94t#{� ,: �i
t
i #
2,6550 Rev, 111,06 PrlhiOid In USA „
y y t rip, I d } )•ti I i a!} i p iii
1
L
CERTIFICATE OF INSURANCE
l
r-
r
i
r
(THIS PAGE LEFT BLANK INTENTIONALLY)
7
CERTIFICATE OF INSURANCE
TO: CITY OF LUBBOCK
r• 1625 13TH ST
Lubbock, Texas
*RED RIVER CONSTRUCTION CO., INC.
P.O. BOX 923
ADDISION, TX 75001
DATE: January 22, 1992
Type of
Project:
7 IS IS TO CERTIFY THAT * (Name and Address of Insured) is, at the date of this certificate, in -
wed 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.
�Kceptions to standard policy noted hereon.
0
TYPE OF INSURANCE
Policy No. Effective Expires Limits of Liability
--•----------•--...----•--------•-----•--•---------•------•---------------------------------------------------------
i+orkmen's 1612-00-109104 9-2-91 9-2-92 $ 500,000 - Each Accident
Waiver of Subrogation is added to this WC policy in favor of $ 500,000 - Disease Each Employee
xagensation City of Lubbock and HDR Engineering, Inc., of Dallas. $1,000.000 - Disease Policy Limit
---..---•-•...............••-----•---....-•---•---•-•----...................._.---•--......................_...
Ci171 oPLubbock) 16333-109104 1i-1-91 5-31-93a ate
s rotec- t 600,000
ive or Contin- Additional Insured: HDR Engineering, Inc., for.work performed ftr Occurrence i 600,000
gent Liability by or on behalf of Red River Construction Co., Inc., on S
this OC&P policy (1633-03-109104. City of Lubbock).
r----...... ..................................................------•-.....--
ROAD FORM BUILDERS 1622-02-109104 9-2-91 9-2-92 Annyy 1 Construct. site$ 5,000,000
MMMUM30MM Am y 1 veh S 200,000
City of Lubbock is shown as Additional Named Insured for work Any ocation ,
performed by or on behalf of Red River Construction Co., Inc. Per Occurrence Any IS
88
on this policy. Additional Insured: EDR Engineering, Inc., of M S
Dallas for work performed by or on behalf of Red River
Construction Co., Inc., on this Broad Form Builders policy.
..-,•----•.......... . ... . ........................................-•-•-----.....-----._.............._
1622-00-113946 9-2-91• 9-2-92 SINGLE LIMIT -EACH
Additional Insured: City of Lubbock and EDR Engineering, Inc.. of BMOC ACCIDENTS I,000,000
,utomobite Dallas for work performed by or on behalf of Red River Construction Per Occurrence E
Co., Inc. Also. Waiver of Subrogation is added to this Auto policy Property Damage S
for City of Lubbock and HDR Engineering, Inc., of Dallas.
1622-03-109104 9-2-91 9-2-92 rcdr llomgAd`atl
F-caprehensive Waiver of Subrogation is shown in favor of City of Lubbock cccurre qs 11: ;0 ;
General Liability and HDR Engineering, Inc., of Dallas on this GL policy. 5.11carue9re�liny 1)
----•---••---.....---.•..--•.............•..--------------•64----••-•---•---....--•--•--.MIM.....
71632-00-109104 9-2-91 9-2-92oe�r�1 Aggrseg to $ 4'000'000
Anbrella Liability Additional Insured: City of Lubbock and HDR En ineeringg, Inc.. UP Agg t 4,
9f.Nlas fir woik erfolmrgd b� or on i�ehaJ gf Red vsr_Co��tsuc. personPD Ea Occurrence , ,
nc. so, & er o ubr gation s a e to this Umbre g + +
r..----.....E4�lEY.41:.is1EY.Q.9��4�.�n�.$$R.$n.8T1ggL�Si.?rCti.2 R�����L... Retention ...........
j [ fhe.foregoing Policies XXW= (do not) cover all sub -contractors.
Covered STATE OF TEXAS
�ccatfons. DESCRIPTION of Operations Covered
rImprovements to Freshwater Treatment Plant, Project #2123-541101-9640., Contract II
` AThe 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 earscellation, or in case there is no legal requirement, in less than days in advance of cancellation.
ten
FIVE COPIES OF THIS CERTIFICATE
r HUST BE SENT TO THE OUNER.
This is to certify that the insurance policies (described above by policy
number) written on forms in use by the company have been issued. This
certificate is not a policy or a binder of insurance and does not in any
�" Way alter, amend or extend the coverage afforded by any policy referred
to h re .
Not Withstanding anq requirement term or condition of any contract or
o er ocvmen with respect to aich this certificate may be issued or
r' may pertain, the insurance afforded by the policies described above is
subject to all of the terms, exclusions and conditions of such policies
i
during the terms thereof.
Wausau Insurance Companie
(Name of insurer)
/
By:
Title Countersigning Agent
-21.
v6.61k..a 6woa@" v. rreVV&bLeW46
vausau insurance Companies
R►is is to certRythatthe insurance policies (described below bya policy number) written on forms In use by the companyhave been Issued. This certificate is notapollcyora binderotinaurai
l ind does not in anyway alter, amend or extend the coverage afforded by any policy referred to herein,
Name and Mailing Address of Insured
r"
Red River Construction Co Inc Producer No.: 6417
PO Box 923 Issuing Office: Dallas
Addison TX 75001 Date: 1-22-92
Region: DAL
Type of Insurance
Norkers
Compensation • •
CO,
Policy Number
Policy Effective
Date MO/DA/YR
Policy Expiration
Date MOJDA/YR
••Unlessotherweindicated,thispoli affords full covera under
ia
Workers Compensation laws of cell states (except states where coven
can be provided only by State Funds, and Canada) and as deslgnatet
the policy and endorsements for Part Two (Employers Liability).
3
1612-00-109104
9-2-91
9-2-92
Liability Limlta In Thousands (000 omitted)
7ommercial General
Liability 3 1622-03-109104
ammorcial Package or
'redemark (Section II only)
( ) Claims Made (X ) Occurrence
roducts - Completed Operations: (X) Included ( ) Excluded
9-2-91
9-2-92
General Aggregate
S 2 000
Products & CompJOps. Aggregate
S 2,000
Personal & Advertising Injury
$ 1 000
Each Occurrence
$ 1 000
Fire Damage (Any One Fire)
$ 50
Medical Expense (Any One Person)
_
4 hyners & Contractors
k7ll
Protective
2
y ot Lubbock)Aggregate
1633-03-109104
11-1-91
5-31-93
S 600
Each Occurrence
S 600
�,puto Liability 10 1622 —
l
' f
t X All Owned Autos
1 Specified Autos Only
R) Hired Autos
X) Nonowned Autos
— —
—
Single umk= Each Accident
$ 1,000
Bodily Injury
Each Person
:
Each Accident
=
Property Damage
Each Accident
_
lability r,ym 2 1632-00-109104
! lity
r—
9-2-91
9-2-92
General Aggregate
S 4,000
Products/Comp. Ops. Aggregate
S 4,000
BI & PD Each Occurrence
i 4,000
Personal & Advertising Each Person
$ 4,000
Retention
$ In
..special Provlsions/Locatlons/Specifled Autos:
Additional Insured: HDR Engineering Inc for. work performed by or on behalf of Red River
Construction Co Inc on the 0&CP policy 1633-03-109104.
r- WC Employers Liability Limits: $500,000 Each Accident; $500,000 By Disease Each Employee;
$1,000,000 By Disease Policy Limit. (OVER)
Notwithstanding any requirement, term or condition of any contract orother document with respect to which this certificate may be Issued or may pertain, the insurance affos
The entry
Issued to:
.-
G
City of Lubbock
1625 13th Street
Lubbock TX 79401
'Issuing Company No.
02. EMPLOYERS INSURANCE OF WAUSAU A Mutual Company
03. WAUSAU UNDERWRITERS INSURANCE COMPANY
07. ILLINOIS EMPLOYERS INSURANCE OF WAUSAU
01. WAUSAU LLOYDS
15. WAUSAU BUSINESS INSURANCE COMPANY
10. Wausau County Mutual Ins Co
Signed
Authorized Representative
Additional Insured: City.of Lubbock for work performed by or on behalf
of Red River Construction Co., Inc. on the Automobile Liability policy
1622-00-113946.
Waiver of Subrogation is added in favor of City of Lubbock on the Workers
Compensation 1612-00-109104, General Liability 1622-03-109104 and Automobile
Liability 1622-00-113946 policies.
Additional Insured: HDR Engineering, Inc., of Dallas for work performed by or
on behalf of Red River Construction Co., Inc., on the Automobile Liability
policy 1622-00-113946.
Waiver of Subrogation is added in favor of HDR Engineering, Inc., of Dallas
on the Workers Compensation 1612-00-109104, General Liability 1622-03-109104,
and Automobile Liability 1622-00-113946 policies.,
Additional Insured: City of Lubbock and HDR Engineering, Inc., of Dallas fot
work performed by or on behalf of Red River Construction Co., Inc., on the
Umbrella Liability 1632-00-109104 policy.
Waiver of Subrogation is added in favor of City of Lubbock 'and HDR Engineering,
Inc., of Dallas on the Umbrella Liability 1632-00-109104 policy.
If any policy described above is cancelled by the issuing company during
the policy term, for other than nonpayment of premium, the issuing company
will mail notice 10 (ten) days before the effective date of such cancellation
to the City of Lubbock, 1625 13th Street, Lubbock, TX 79401.
CERTIFICATE OF INSURANCE
Wausau insurance Companies
Phis is to certify that the insurance policies (described below by a policy number) written on forms in use by the company have been issued.
This certificate is not a policy or a binder of Insurance and does not In any way alter, amend or extend the coverage afforded by any policy
I'eferred to herein.
Red River Construction Co Inc
PO Box 923
Addison TX 75001
EXPIRATION DATE I POLICY NUMBER
9-2-92 1622-02-109104
4 Bald
Wausau's Business P
TYPE OF COVERAGE
( ) Building (Real Property)
( ) Personal Property
( ) Loss of Income
FOR (Business interruption)
( ) Additional Expense
t
(X) Broad Form Builders
( ) All Projects
r ( ) Specific Projects
Annual Transit
Contractor's Equipment
Installation or Rigger
Motor Truck Cargo
Producer No.:
6417
Place:
Dallas
Date Issued:
1-22-92
Region:
DAL
Loss Deductible Clause: Amount $ 1,000
Applies to: (X) All Losses ( ) Other
lerty ( ) Inland Marine ( X) Broad Form Builders
Merchant's Pro a Difference in Conditions ( ) Other
LIMITS OF LIABILITY PERILS INSURED AND SPECIAL LIMITS
$
$
$
$
$ 5,000,000
$
( ) Fire ( ) Extended Coverage ( ) V&MM
( ) Sprinkler Leakage $
( ) Earthquake $
( ) Flood $
( ) Other Named Perils $
(X) All Risk ( ) Including ( ) Earthquake
(X) Excluding
Any one construction site
Any one vehicle
Any one location
Any other location
Any one loss or occurrence
Any one exhibition location
Custody of salesmen
( ) Flood
( X) Earthquake
( X) Flood
LOCATION AND/OR DESCRIPTION OF PROPERTY JOB: Improvements to Freshwater Trcatment Plant
Project #2123-541101-9640 (Contract II) City of Lubbock is shown as Additional Named
Named Insured for work ppertormed by or on behalf of Red River Construction Co., Inc. on
Broad Form 1622-02-109104. Additional Insured: HDR Engineering, Inc., of Dallas for work
performed by or on behalf of Red River Construction Co., Inc. on Broad Form 1622-02-109104.
If any policy described above is cancelled by the issuing company during the policy term, fo
ther thap nonpayment ufatemium, the issuing companv will mail notice 10 days before eff.
i s ndin e n rm o dltion of any contract or other document with respect to which this certificate may be issued or may
pertain, the Insurance afforded by the policy (policies) described above is subject to all of the terms, exclusions and conditions of. such policy
(policies) during the Term(s) thereof. Issued by (X) EMPLOYERS INSURANCE OF WAUSAU A Mutual Company
{ IssvED To: ( ) IWNOIS EMPLOYERS INSURANCE OF WAUSAU
( ) WAUSAU UNDERWRITERS INSURANCE COMPANY
7 City of Lubbock ( ) WAUSAU LLOYD'S
1625 13th Street ( ) WAUSAU BUSINESS; INSURANCE COMPANY
Lubbock TX 79401 ( ) WAUSAU GENERAL INSURANCE COMPANY
I*
Signed _—-L
Authorued Company Representative
M •lIL97R man This Certificate Is not a Policy or a Binder of Insurance
CONTRACT
-22-
(THIS PAGE LEFT BLANK INTENTIONALLY)
7
i
7
STATE OF TEXAS
CONTRACT
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this _January 10. 1992, 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 RED RIVER CONSTRUCTION CO. of the City of DALLAS, County of DALLAS and the State of TEXAS,
hereinafter termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and
performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CON-
TRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as fol-
lows:
BID 9 11712 - WATER TREATMENT PLANT IMPROVEMENTS - CHLORINE/AMMONIA FACILITIES PROJECT IN THE AMOUNT OF $598,900.00.
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.
ATTEST: CITY OF LUBBOCK, TEXAS (OWNER)"
.-
tl l 1 QI By:
S ary `�u J MAYOR
APPR VED AS TO ChNTZ ,
AS TO FORM: \
ATTEST:
Corporate Secretary, Dean Porter
RED RIVER CONSTRUCTION CO_
CONTRACTOR
1-00
By:
Ji T
.mi
TITLE:ce President;
COMPLETE ADDRESS:
13725 OMEGA ROAD
DALLAS, TX 75224
-23-
4 .
GENERAL CONDITIONS OF THE AGREEMENT
1
r -24-
(THIS PAGE LEFT BLANK INTENTIONALLY)
GENERAL CONDITIONS OF THE AGREEMENT
1. OWNER
Whenever the word Owner, or the expression Party of the First Part, or First Party, are used in this con-
tract, it shall be understood as referring to the City of Lubbock, Texas.
2. CONTRACTOR
Whenever the word Contractor, or the expression Party of the Second Part, or Second Party, is used, it shall
be understood to mean the person, persons, co -partnership or corporation, to -wit: RED RIVER CONSTRUCTION
r 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.
t 5. INTERPRETATION OF PHRASES
r" Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed,"
or words of like import are used, it shall be understood that the direction, requirement, permission, order,
designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved,"
^. "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory
k
to the Owner's Representative.
Whenever in the Specifications or drawings accompanying this agreement, the terms of description of various
r
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
r fulfillment of said Specifications shall be decided by the Owner's Representative, and said work shall be
done in accordance with his interpretations of the meaning of the words, terms, or clauses defining the
character of the work.
6. SUBCONTRACTOR
The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor
for performance of work on the project contemplated by these contract documents. Owner shall have no re-
sponsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated
by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments
due Subcontractor.
s•�
-25-
1
J 7.? WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered in person to the individual or to a
member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent
certified mail to the last business address known to him who gives the notice.
8. WORK
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery,
equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and
all other facilities necessary for the execution and completion of the work covered by the contract docu-
ments. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be
of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and
quality of materials. Materials or work described in words which so applied have well known, technical or
trade meaning shall be held to refer such recognized standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
9. SUBSTANTIALLY COMPLETED
The term "Substantially Completed" is meant that the structure or project contemplated by the contract docu-
ments has been made suitable for use or occupancy or the facility is in a condition to serve its intended
purpose, but still may require minor miscellaneous work and adjustment.
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work and
shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative
will check the Contractor's layout of all major structures and any other layout work done by the Contractor
at Contractor's request, but this check does not relieve the Contractor'of the responsibility of correctly
Locating all work in accordance with the Plans and Specifications.
11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished with one copies of all Plans, Profiles and Specifications without expense
to him and he shall keep one copy of some 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.
r
13. LINES AND GRADES
All lines and grades shall be furnished by the Owner's Representative whenever necessary for the commence-
ment of the work contemplated by these contract documents or the completion of the work contemplated by
these contract documents. Whenever necessary, Contractor shall suspend his work in order to permit Owner's
Representative to comply with this requirement, but such suspension will be as brief as practical and Con-
tractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Repre-
sentative ample notice of the time and place where lines and grades will be needed. All stakes, marks,
etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by him,
his Subcontractors, or his employees, such stakes, marks, etc., shall be replaced by the Owner's Representa.
tive at Contractor's expense.
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's
Representative shall review all work included herein. He has the authority to stop the work whenever such
stoppage may be necessary to insure the proper execution of the contract. In order to permit delays and
disputes and to discourage litigation, it is further agreed that the Owner's Representative shall, in all
cases, determine the amounts and quantities of the several kinds of work which are to be paid for under this
contract. He shall determine all questions in relation to said work and the construction thereof, and
shall, in all cases, decide every question which may arise relative to the execution of this contract on the
part of said Contractor. The Owner's Representative's estimates and findings shall be conditions precedent
t
to the right of the parties hereto to arbitration or to any action on the contract, and to any rights of the
Contractor to receive any money under this contract; provided, however, that should Owner's Representative
render any decision or give any direction, which in the opinion of either party hereto, is not in accordance
with the meaning and intent of this contract, either party may file with said Owner's Representative within
30 days his written objection to the decision or direction so rendered, and by such action may reserve the
right to submit the questions so raised to arbitration as hereinafter provided. It is the intent of this
Agreement that there shall be no delay in the execution of the work, therefore, written decisions or direc-
tion of the Owner's Representative as rendered shall be promptly carried out, and any claim arising there-
from shall be thereafter adjusted to arbitration as hereinafter provided.
The Owner's Representative shall, within a reasonable time, render and deliver to both the owner and the
Contractor a written decision on all claims of the parties hereto and on all questions which may arise rela-
tive to the execution of the work or the interpretation of the contract, specifications and plans. Should
the Owner's Representative fail to make such decision within a reasonable time, an appeal to arbitration may
be taken as if his decision had been rendered against the party appealing.
15. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint
from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative
may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that
said material is furnished and said work is done in accordance with the specifications therefore. The Con-
tractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors
or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey
e� 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 (b) days make written appeal to the Owner's
Representative for his decision.
I�
1
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 shalt 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-
k
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
r, 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
r. 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
i` Owner, Owner's Representative, or other persons authorized under this agreement to make such inspections,
tests, or approvals shall relieve the Contractor from his obligation to perform the work in accordance with
the requirements of the contract documents.
22. DEFECTS AND THEIR REMEDIES
It is further agreed that if the work or any part thereof, or any material brought on the site of the work
rfor 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-
i
ther agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense.
23. CHANGES AND ALTERATIONS
1 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
r 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-
C
case the Owner shall make such changes or alterations as shall make useless any work already done or mate- _
rial already furnished or used in said work, then the Owner shall recompense the Contractor for any material
or labor so used, and for any actual loss occasioned by such change, due to actual expenses incurred in
preparation for the work as originally planned.
24. EXTRA WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that may be
required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, al-
teration or addition to the work as shown on the plans and specifications or contract documents and not cov-
ered by Contractor's proposal, except as provided under Changes and Alterations herein.
It is agreed that the Contractor shall perform aLL extra work under the direction of the Owner's Representa-
tive when presented with a written work order signed by the Owner's Representative; subject, however, to the
right of the Contractor to require written confirmation of such extra work order by the Owner. It is also
agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined
by the following methods:
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
Method (C) If neither Method (A) or Method (B) be agreed upon before the extra work is com-
menced, then the Contractor shall be paid the actual field cost of the work, plus
fifteen (15%) per cent.
In the event said extra work be performed and paid for under Method (C), then the provisions of this para-
graph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as
foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks,`.'rentals on machinery and
equipment, for the time actually employed or used on such extra work, plus actual transportation charges
necessarily incurred, together with ell 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
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 surfs 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.
l If, at any time, the working force of the Contractor is inadequate for securing the progress herein speci-
fied, the Contractor shall, if so ordered in writing, increase his force or equipment, or both, to such an
extent as to give reasonable assurance of compliance with the schedule of progress.
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC
The Contractor shall take out and procure a policy or'policies of Workmen's Compensation Insurance with an
insurance company licensed to transact business in the State of Texas, which policy shall comply with the
Workmen's Compensation Laws of the State of Texas. The Contractor shall at all times exercise reasonable
rprecaution for the safety of employees and others on or near the work and shall comply with all applicable
provisions of federal, state and municipal laws and building and construction codes. All machinery and
equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention
in Construction" of Associated General Contractors of America, except where incompatible with federal, state
or municipal laws or regulations. The Contractor, his sureties and insurance carriers shall defend, indem-
nify and save harmless the Owner and all of its officers, agents and employees from all suits, actions, or
claims of any character whatsoever, brought for or on account of any injuries or danuiges received or sus-
r
tained by any person or persons or property, on account of any negligent act or fault of the Contractor or
any subcontractor, their agents or employees, in the execution and supervision of said contract, and the
project which is the subject matter of this contract, on account of the failure of Contractor or any subcon-
tractor to provide necessary barricades, warning lights, or signs and will be required to pay any judgment
with costs which may be obtained against the Owner or any of its officers, agents, or employees including
attorney's fees.
The safety precautions taken shall be the sole responsibility of the Contractor, in his sole discretion as
an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be
given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work pro-
gresses, are intended as reminders to the Contractor of his duty and shall not be construed as any assump-
tion of duty to supervise safety precautions by either the Contractor or any of his subcontractors.
r
l
-31-
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 transam businessA n the State of Texas and shall cover all operations in connection with this
contract, whether performed by the Contractor or a subcontractor, or.separate policies shall be provided
covering the operation of each subcontractor.
A. Comprehensive General Liability Insurance-
The contractor shall have Comprehensive General Liability Insurance with limits of $300,000 Bodily
Injury and $300,000 Property Damage per occurrence to include:
Premises and Operations
Explosion & Collapse Hazard
Underground Damage Hazard
Products & Completed Operations Hazard
Contractual Liability _
Independent Contractors Coverage
Personal Injury (with exclusion "c" waived)
The City is to be named as an additional insured on this policy for this specific job, and copy of
the endorsement doing so .is to be attached to the Certificate of Insurance.
B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance.
The Contractor shall obtain an Owner's Protective or Contingent Public Liability Insurance policy "—
naming the City of Lubbock as insured and the amount of such policy shall be as follows
For bodily injuries, including accidental death, $500,000 per occurrence, and 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 $250/500,000 _
Property Damage $100,000
to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -
owned Vehicles. The City is to be named as an additional insured on this policy for this specific
job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. "
D. Builder's Risk Insurance
The Contractor shall obtain a Builder's Risk policy in the amount of (100% of poten-
tial Loss) naming the City of Lubbock as insured.
-32-
r
E. Excess or Umbrella Liability Insurance
The Contractor shall have Excess or Umbrella Liability Insurance in the amount of
($4,000,000 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 S100,000 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
r" 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.
l (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.
(b) A provision that written notice shall be given to the City ten days prior to any change in
or cancellation of the policies shown on the certificate.
(7) The certificate or certificates shall be on the form (or identical copies thereof) con-
tained in the job specifications. No substitute of nor amendment thereto will be accept-
able.
29. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT
n AND SUPPLIES
a
E
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
f ' thereof, equipment, power tools, all suppliers, including commissary, incurred in the furtherance of the
li 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.
I If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by
i 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
L
4 -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 responsibte 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 5500.00 (FIVE HUNDRED DOLLARS) PER DAY, not as a penalty, but as liquidated damages
-34-
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.
f 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.
1
It is further agreed and understood between the Contractor and Owner that time is ofthe essence of this
contract.
F^
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 mariner as shall be most conductive to economy of construction; provided, however, that the order and
time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in
accordance with this contact, the plans and specifications, and within the time of completion designated in
the proposals; provided, also, that when the Owner is having other work done, either by contract or by his
own force, the Owner's Representative may direct the time and manner of constructing work done under this
contract so that conflicts will be avoided and the construction of the various works being done for the
Owner shall be harmonized.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative,
I 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. OUANTITIES AND MEASUREMENTS
No extra or customary measurements of any kind will be allowed, but the actual measured or computed length,
area, solid contents, number and weight only shall be considered, unless otherwise specifically provided.
In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract,
including the specifications, plans and other contract documents are intended to show clearly all work to be
done and material to be furnished hereunder. Where the estimated quantities are shown for the various
classes of work to be done and material to be furnished under this contract, they are approximate and are to
be used only as a basis for estimating the probable cost of the work and for comparing their proposals of-
fered for the work. It is understood and agreed that the actual amount of work to be done and the materials
to be furnished under this contract may differ somewhat from these estimates, and that where the basis for
payment under this contract is the unit price method, payment shall be for the actual amount of work done
and materials furnished on the project.
38. , PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any
way encountered, which may be injured or seriously affected by any process of construction to be undertaken
under this agreement, from any damage or injury by reason of said process of construction; and he shall be
Liable for any and all claims for such damage on account of his failure to fully protect all adjacent
property. The Contractor agrees to indemnify, save and hold harmless the Owner against any claim or claims
for damages due to any injury to any adjacent or adjoining property, arising or growing out of the perfor-
mance of this contract, but such indemnity shall not apply to any claim of any kind arising out of the exis-
tence or character of the work.
39. PRICE FOR WORK
In consideration of the furnishing of all necessary labor, equipment and material and the completion of all
work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity
with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price
set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor
hereby agrees to receive such price in full for furnishing all materials and all labor required for the
aforesaid work, also, for all expenses incurred by him and for well and truly performing the same and the
whole thereof in the manner and according to this agreement, the attached specifications, plans, contract
documents and requirements of Owner's Representative.
40. PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the performance of the
contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of de-
fective work. Contractor shall at any time requested during the progress of the work furnish the Owner or
Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness
in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or
otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the con-
tract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all
claims against owner which have not theretofore been timely filed as provided in this contract.
-36-
r
i
41. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an applica-
tion for partial payment. Owner's Representative shall review said application for partial payment and the
progress of the work made by the Contractor and if found to be in order shall prepare a certificate for par-
tial payment showing as completely as practical the total value of the work done by the Contractor up to and
including the last day of the preceding month; said statement shall also include the value of all sound ma-
terials delivered on site of the work that are to be fabricated into the work.
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount
of the Owner's Representative's Certificate of Partial Payment, less 5X of the amount thereof, which 5%
shall be retained until final payment, and further, less all previous payments and all further sums that may
be retained by Owner under the terms of this agreement. It is understood, however, that in case the whole
work be near to completion, and this fact is certified to by Owner's Representative and some unexpected and
some unusual delay occurs due to no fault or negligence on the part of the Contractor, the Owner may upon
written recommendation of Owner's Representative pay a reasonable and equitable portion of the retained per-
centage due Contractor.
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
r 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-
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
r any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the
l
-37-
date of substantial completion.
fects with reasonable promptness.
46. PAYMENT WITHHELD
The Owner or the Owner's Representative shall give notice of observed de -
The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any
certificate to such extent as may be necessary to protect himself from loss on account of:
(a) Defective work not remedied.
(b) Claims filed or reasonable evidence indicating possible filing of claims.
(c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor.
(d) Damage to another contractor.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner,
which will protect the Owner in the amount withheld, payment shall be made for amounts withheld because of
them.
47. TIME OF FILING CLAIMS
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the
Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) days after the
Owner's Representative has given any directions, order or instruction to which the Contractor desires to
take exception. The Owners' Representative shall reply to such written exceptions by the Contractor and
render his final decision in writing. In case the Contractor should appeal from the decision of the Owner's
Representative, any demand for arbitration shall be filed with the Owner's Representative and the Owner in
writing within ten (10) days after the date of delivery to Contractor of the final decision of the Owner's
Representative. It is further agreed that final acceptance of the work by the Owner and the acceptance by
the Contractor of the final payment shall be a bar to any claim by either party, except where noted other-
wise in the contract documents.
48. ARBITRATION
All questions of dispute under this agreement shall be submitted to arbitration at the request of either
party to the dispute. The parties may agree upon one arbitrator, otherwise, there shall be three; one named
in writing by each party and the third chosen by the two arbiters selected; or if the arbiters fail to se-
lect a third within ten (10) days, he shall be chosen by the District Judge, 72nd Judicial District of
Texas. Each arbiter shall be a resident of the City of Lubbock. Should the party demanding arbitration
fail to name an arbiter within ten (10) days of the demand, his right to arbitrate shall lapse, and the de-
cision of the Owner's Representative shall be final and binding on him. Should the other party fail to
choose an arbiter within ten (10) days, the Owner's Representative shalt appoint such arbiter. Should ei-
ther party refuse or neglect to supply the arbiters with any papers or information demanded in writing, the
arbiters are empowered by both parties to take Ex Parte proceedings.
The arbiters shall act with promptness. The decision of any two shall be binding on both parties to the
contract, unless either or both parties shall appeal within ten (10) days from date of the award by the ar-
biters, and it is hereby agreed that each party shall have the right of appeal and all proceedings shall be
according to and governed by Arbitration Statutes of Texas, being Article 224, et seq.,'Vernon's Annotated
Civil Statutes. THE DECISION OF THE ARBITERS UPON ANY QUESTION SUBMITTED TO ARBITRATION UNDER THIS CONTRACT
SHALL BE A CONDITION PRECEDENT TO ANY RIGHT OF LEGAL ACTION.
-38-
r
The arbiters, if they deem the case demands it, are authorized to award the party whose contention is sus-
tained, such suns 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
J� and charges of the arbitration upon either or both parties. The award of the arbiters must be made in writ-
ing and shall not be open to objection on account of the form of proceedings or award.
49. ABANDONMENT BY CONTRACTOR
In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written
notification from the Owner or the Owner's Representative, or if the Contractor fails to comply with the or-
ders of the Owner's Representative, when such orders are consistent with this contract, this Agreement, or
the Specifications hereto attached, then the Surety on the bond shall be notified in writing and directed to
complete the work and a copy of said notice shall be delivered to the Contractor.
After receiving said notice of abandonment, the Contractor shall not remove from the work any machinery,
equipment, tools, materials or supplies then on the job, but the same, together with any materials and
equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the
Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any
rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as
provided for under paragraph 24 of this contract); it being understood that the use of such equipment and
materials will ultimately reduce the cost to complete the work and be reflected in the final settlement.
In case the Surety should fail to commence compliance with the notice for completion hereinbefore provided
for within ten (10) days after service of such notice, then the Owner may provide for completion of the work
in either of the following elective manners:
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and sup-
plies as said Owner may deem necessary to complete the work and charge the expense of such labor,
machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged
shall be deducted and paid by the Owner out of such moneys as may be due, or, that may thereafter at
any time become due to the Contractor under and by virtue of this Agreement. In case such expense
is less than the sum which would have been payable under this contract, if the same had been com-
pleted by the Contractor, then said Contractor shall receive the difference. In case such expense
is greater than the sum which would have been payable under this contract, if the same had been com-
pleted by said Contractor, then the Contractor and/or his Surety shall pay the amount of such excess
to the Owner; or
(b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspa-
per having a general circulation in the County of location of the work, may let the contract for the
completion of the work under substantially the same terms and conditions which are provided in this
contract. In case of any increase in cost to the Owner under the new contract as compared to what
would have been the cost under this contract, such increase shall be charged to the Contractor and
the Surety shall be and remain bound therefore. However, should the cost to complete any such new
contract prove to be less than that which would have been the cost to complete the work under this
contract, the Contractor or his Surety shall be credited therewith.
when the work shall have been substantially completed, the Contractor and his Surety shall be so notified
and certificates of completion and acceptance, as provided in paragraph 42 hereinabove set forth, shall be
issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as
being correct shall then be prepared and delivered to Contractor and his Surety, whereon the Contractor or
his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within
30 days after the date of certificate of completion.
r
I -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, toots, 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 fait 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 shalt 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 alt other suns that may be retained by the Owner under the terms of this
Agreement, and shalt 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 E25,000.00. If the contract price does not exceed $25,000.00, the statu-
tory bonds will not be required. ALL bonds, if required, shall be submitted on forms supplied by the Owner,
and executed by an approved Surety Company authorized to do business in the State of Texas. And it is fur-
ther agreed that this contract shalt 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-
r
53. LOSSES FROM NATURAL CAUSES
Unless otherwise specified herein, all loss or damage to the Contractor arising out of the nature of the
work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution
of the same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the
work, shall be sustained and borne by the Contractor at his own cost and expense.
54. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and au-
thority to direct, supervise, and control his own employees and to determine the method of the performance
of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to ob-
serve Contractor's work during his performance and to carry out the other prerogatives which are expressly
reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at
any time change or effect the status of the Contractor as an independent contractor with respect to either
the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or
corporation.
55. CLEANING UP
y 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
r
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.
1;
-41.
(THIS PAGE LEFT BLANK INTENTIONALLY)
r
,t .
CURRENT WAGE DETERMINATIONS
-42-
(THIS PAGE LEFT BLANK INTENTIONALLY)
FM
• �' Resolution #2502
` January 8, 1987
n
Agenda Item #18
DGV:da
RESOLUTION
WHEREAS, the City Council has heretofore established the general
•,prevailing rate of per diem wages for each craft or type of workmen or
i!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
i 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
t 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
!ion 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.
(fir /1 • �I G LU04�
j B.C. McMINN, MAYOR
x
Ranettd,.Boyd, City Secretary G
i � APPROVED T, ONTENT: APPROVED AS TO FORM:
Bi 1 P yne, D rector of Building Do Id G. Vandiver, First
Services Assistant City Attorney
EXHIBIT A
City of Lubbock
Building Construction Trades
Prevailing Rates
Craft
Hourly Rate
Acoustical Ceiling Installer
$11.60
Air Conditioner Installer
8.35
Air Conditioner Installer -Helper
5.50
Bricklayer
10.50
Bricklayer -Helper
5.00
Carpenter
11.00
Carpenter -Helper
5.50
Cement Finisher
7.35
Drywall Hanger
8.70
Electrician
10.50
Electrician -Helper
5.25
Equipment Operator
Heavy
8.00
Light
5.70
Floor Installer
8.00
Glazier
7.50
Insulator, Piping/Boiler
9.50
Insulator -Helper
5.00
Iron Worker
7.30
Laborer, General
4.75
Mortar Mixer
5.60
Painter
8.75
Plumber
9.25
Plumber -Helper
6.00
Roofer
7.65
Roofer -Helper -
4.75
Sheet Metal Worker
8.75
Sheet Metal Worker -Helper
5.50
Welder - Certified
8.00
Oak
EXHIBIT B
Paving and Highway Construction
Prevailing Wage Rates
Craft
Asphalt Heaterman
Asphalt Shoveler
Concrete Finisher
Concrete Finisher -Helper
Electrician
Flagger
Form Setter
Form Setter -Helper
Laborer, General
Laborer, Utility
Mechanic
Mechanic -Helper
POWER EQUIPMENT OPERATORS
Asphalt Paving Machine
Bulldozer
Concrete Paving Machinist
Front End Loader
Heavy Equipment Operator
Light Equipment Operator
Motor Grade Operator
Roller
Scraper
Tractor
Truck Driver -
Light
Heavy
Hourlv Rate
$5.25
4.75
7.35
4.75
10.50
4.75
6.50
5.50
4.75
5.80
6.50
6.00
6.00
5.25
6.50
5.85
6.40
6.40
8.00
5.25
5.25
5.50
5.25
5.25
V
EXHIBIT C
Electric Construction Trades
Prevailing Wage Rates
Craft Hourly Rate
Power Line Foreman $11.00
Lineman Journeyman 10.45
Lineman Apprentice Series 8.90
Groundman Series 7.25
EXHIBIT D
Prevailing Wage Rates
Overtime Rate
The rate for overtime (in excess of forty hours per week) is 1 1/2
times base rate.
EXHIBIT E
Prevailing Wage Rates
Weekend and Holiday Rate
The rate for weekend and holiday is 1 1/2 times base rate.
NOTICE OF ACCEPTANCE
-43-
r
(THIS PAGE LEFT BLANK INTENTIONALLY)
f
City of Lubbock
P.O. Box 2000
Lubbock, Texas 72457
608-767-3000
January 10, 1992
Red River Construction Company
13725 Omega Road
Attn: Mr. Jimmy D. Smith
Dallas, TX 75224
SUBJECT: Water Treatment Plant Improvements
Chlorine / Ammonia Facilities
The City of Lubbock, having considered the proposals submitted and
opened on the 19th day of December, 1991, for work to be done and
materials to be furnished in and for:
City of Lubbock Bid # 11712
Water Treatment Plant Improvements
- Chlorine / Ammonia Facilities
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
r" of the City of Lubbock on the January 9, 1992, 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.
r 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
r" 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.
r-
CITY- F LUBBOCK
Gene Eads, C.P.M.
Purchasing Manager
No Text
r
r
SUPPLEMENTAL CONDITIONS
-45-
(THIS PAGE LEFT BLANK INTENTIONALLY)
1
Lubbock Water
Treatment Plant
Improvements
CLJNH3
Facilities
Contract 2
City of Lubbock,
Texas
Project Manual
November 1991
OF
y HENRY H. BENJES, JR.
.p 28070
14
HDR Engineering, Inc.
(THIS PAGE LEFT BLANK INTENTIONALLY)
TOC-1
PROJECT MANUAL
LUBBOCK WATER TREATMENT PLANT IMPROVEMENTS
CHLORINE/AMMONIA FACILITIES
CONTRACT 2
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 ANO
MAINTENANCE MANUALS, EQUIPMENT RECORD SHEETS
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
02072 DEMOLITION, CUTTING & PATCHING
02110 SITE CLEANING
02200 EARTHWORK
02221 TRENCHING, BACKFILLING, AND COMPACTING FOR UTILITIES
02224 PIPELINE UNDERCROSSINGS
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
03450 ARCHITECTURAL PRECAST CONCRETE
DIVISION 4 - MASONRY
04110 CEMENT AND LIME MORTARS
04155 THROUGH WALL FLASHING
04210 BRICK MASONRY
City of Lubbock, Municipal Water Treatment - Contract 2
TOC-2
04220 CONCRETE MASONRY
04510 MASONRY CLEANING .
DIVISION 5 - METALS
05120 STRUCTURAL STEEL
05211 STEEL JOINTS
05313 METAL DECK
05505 METAL FABRICATIONS
DIVISION 6 - WOOD AND PLASTICS
06100 ROUGH CARPENTRY
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
07176 MASONRY LIQUID WATER REPELLANT
07210 BUILDING INSULATION
07534 ADHERED ELASTOMERIC (EPDM) SHEET ROOFING
07600 FLASHING AND SHEET METAL
07900 JOINT SEALANTS
DIVISION 8 - DOORS AND WINDOWS —
08110 METAL DOORS AND FRAMES -
08213 FIBERGLASS DOORS AND FRAMES
08332 OVERHEAD DOOR (ROLLING STEEL) r
08700 FINISH HARDWARE
08800 GLASS AND GLAZING
DIVISION 9 - FINISHES
09905 PAINTING AND PROTECTIVE COATINGS
DIVISION 10 - SPECIALTIES
10200 LOUVERS AND VENTS
10400 IDENTIFICATION, STENCILING, AND TAGGING SYSTEMS
10520 FIRE EXTINGUISHER
DIVISION 11 - EQUIPMENT
11005 EQUIPMENT: GENERAL REQUIREMENTS
11060 PUMPING EQUIPMENT: GENERAL REQUIREMENTS
11061 PUMPING EQUIPMENT: END SUCTION CENTRIFUGAL
11345 CHLORINATION EQUIPMENT
11346 AMMONIATION EQUIPMENT
11922 CHLORINE SCRUBBER SYSTEM
DIVISION 15 - MECHANICAL
15010 MECHANICAL: GENERAL REQUIREMENTS
15060 PIPE AND PIPE FITTINGS: GENERAL REQUIREMENTS
City of Lubbock, Municipal Water Treatment —.Contract 2
70
15062 PIPE: DUCTILE
15064 PIPE: PLASTIC
15073 PIPE: CAST-IRON SOIL
15090 PIPE SUPPORT SYSTEMS
15100 VALVES:. GENERAL REQUIREMENTS
15101 GATE VALVES
15104 BALL VALVES
15106 CHECK VALVES
15114 MISCELLANEOUS VALVES
15183 PIPE INSULATION
15300 FIRE PROTECTION SYSTEMS
15440 PLUMBING FIXTURES AND EQUIPMENT
15605 HVAC: EQUIPMENT
15890 HVAC: DUCTWORK
15970 INSTRUMENTATION AND CONTROL FOR HVAC SYSTEMS
15990 HVAC SYSTEMS: BALANCING AND TESTING
DIVISION 16 - ELECTRICAL
16010 ELECTRICAL: GENERAL REQUIREMENTS
16111 CONDUIT, CONDUIT FITTINGS, AND CONDUIT SUPPORTS
16115 UNDERGROUND CONDUIT AND DUCTS
16120 CABLE - 600 VOLT AND BELOW
16130 OUTLET, PULL, AND JUNCTION BOXES
16140 WIRING DEVICES
16150 PANELBOARDS
16190 DRY -TYPE TRANSFORMERS
16450 GROUNDING
16474 MOTOR CONTROL CENTERS AND CONTROL EQUIPMENT
16475 SAFETY SWITCHES
16490 AUTOMATIC TRANSFER SWITCH
16501 LAMPS
16510 LIGHTING
16620 RELOCATION OF AND MODIFICATIONS TO EXISTING DIESEL
ENGINE -GENERATOR
City of Lubbock, Municipal Water Treatment - Contract 2
TOC-3
No Text
V-
01
,r
02
91k07 SECTION 00805
f .!
03
04
SUPPLEMENTARY GENERAL CONDITIONS
05
rr-
06
07
08
r-
09
PART 1 - GENERAL
j
10
11
1.01 ADDITIONS, DELETIONS, AND REVISIONS
12
l
13
A. General Conditions. This term, when used in this
14
contract, shall be understood as referring to both the
15
General Conditions of the Agreement and the Supplementary
16
General Conditions.
17
18
B. Engineer. The term Engineer means HDR Engineering, Inc.
�,
19
acting within the scope of duties contained within the
20
Supplementary General Conditions and as described in
1
21
Exhibit A of the Supplementary General Conditions. The
22
performance of the Engineer's duties is intended to be for
23
the sole and exclusive benefit of the Owner, and nothing
24
contained in the Contract Documents shall create any
25
contractural relationship between the Engineer and any
,-
26
Contractor or any Subcontractor.
27
_
28
C. General Conditions "5. Interpretation of Phrases," add
29
the following paragraphs at the end of the second
30
paragraph.
31
32
1. "Whenever the words 'inspect,' 'inspects,'
33
'inspected,' 'inspection,' 'inspections,' 'review,'
34
'examination' or 'supervises' are used in the Contract
35
Documents, they shall be interpreted to mean 'to
36
become generally familiar with the progress and
'determine
37
quality of the work to if the work is
I
38
proceeding in general accordance with the Contract
39
Documents based on what is plainly visible at the
r►'
40
construction site, without the removal of materials or
41
other construction that is in place.' None of these
42
words shall mean that Owner's Representative is
43
required or expected to make exhaustive or continuous
44
on -site inspections to check the quality of the work.
45
On the basis of the on- site inspections, Owner's
46
Representative will endeavor to keep the Owner
r
47
informed of the progress and quality of the work, and
48
shall endeavor to guard the Owner against defects and
49
deficiencies in the Work."
r-
50
51
52
2. "Whenever the word 'supervisor' or 'inspector' is used
53
in the Contract Documents, it shall be interpreted to
k
A
c
City of Lubbock, Municipal Water Treatment - Contract 2
F-
FP
i
00805-1
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
00805-2
mean 'one who inspects.'"
0. 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
F
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,
City of Lubbock, Municipal Water. Treatment - Contract 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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
and employees from all suits, actions, or claims of
any character whatsoever, brought for or on account of
any injuries or damages received or sustained by any
person or persons or property, on account of any
negligent act or fault of the Contractor or any
subcontractor, their agents or employees, in the
execution and supervision of said contract, and
project which is the subject matter of this contract,
on account of the failure of the Contractor or any
subcontractor to provide necessary barricades, warning
lights, or signs and will be required to pay any
judgment with costs which may be obtained against the
Owner or any of its officers, agents, including
Engineer, or employees including attorney's fees."
H. General Conditions "28. Contractor's Insurance" modify as
follows:
1. Add the following paragraph after the first paragraph:
"All insurance, as hereafter specified, shall include
a waiver of subrogation against the Owner, the Owner's
agents, and the Owner's Engineer."
2. In addition to the City, the Engineer is to be named
as an additional insured on the Comprehensive General
Liability Insurance, the Owner's Protective or
Contingent Public Liability and Property Damage
Liability Insurance, the Comprehensive Automobile
Liability Insurance and the Excess or Umbrella
Liability Insurance policies, and a copy of the
,endorsement doing the foregoing is to be attached to
the Certificates of Insurance for such policies.
3. The Engineer is to be named as an additional insured
on the Builder's Risk Insurance Policy, as its
interests may appear.
I. General Conditions "38. Protection of Adjoining
Property," modify as follows:
1. Delete the last sentence of the paragraph, i.e., "The
Contractor agrees to . . out of the existence or
character of the work." and replace it with the
following: "The Contractor agrees to indemnify, save
and hold harmless the Owner and the Engineer against
any claim or claims for damages due to any adjacent or
adjoining property arising or growing out of the
performance of this contract, but such indemnity shall
not apply to any claim of any kind arising out of the
existence or character of the work."
J. General Conditions "52. Special conditions," modify as
follows:
City of Lubbock, Municipal Water Treatment - Contract 2
00805-3
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
00805-4
1. Delete the paragraph and replace it with the
following: "In the event any'special or supplementary
general conditions that are a 'part of the contract
documents conflict with any of the general conditions
contained in this contract, then in such event the
special or supplementary general conditions shall
control."
K. General Conditions "56. Construction Procedures and
Safety," add the following paragraph:
1. "Owner's Representative and the Engineer shall not
specify construction or service- related procedures
and shall not manage, control or have charge of
construction, nor shall Owner's Representative or
Engineer implement or be responsible for health or
safety procedures. Owner's Representative and
Engineer shall not be responsible for the acts or
omissions of Contractor or other parties on the
project and shall not be responsible for construction
means, methods, techniques, sequences, or procedures,
nor for precautions or programs. All of these matters
shall be the responsibility of the Contractor. ,
Owner's Representative's and Engineer's monitoring or
review of portions of the work performed under any'
construction contracts shall not relieve the
Contractor from its responsibility for performing the
work in accordance with the applicable contract
documents." Contractor shall defend, indemnify and
hold harmless Owner, Engineer, their officials,
officers, directors, consultants, agents and employees
from and against all claims, damages, whether direct,
indirect or consequential, losses and expenses
(including but not limited to attorney's fees and
court costs) connected with any illness, injury or
loss to the person or property of Contractor, its
subcontractors, suppliers, their employees and agents,
or any other person, arising out of or resulting from
Contractor's responsibilities under this paragraph;
the foregoing shall apply notwithstanding the
negligence of any person or entity indemnified
hereunder.
Not withstanding the above,'the Contractor will not be
required to indemnify the Owner's Representative or the
Engineer to causes arising out of the Engineer's negligent
acts, errors, or omissions.
L. General Conditions "57. Benefit of Engineer's
Performance," add the following paragraph:
1. "The Engineer's performance under the contract
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
rq
City of Lubbock, Municipal Water Treatment — Contract 2
00805-5
F
r
01
documents is intended to be for the sole and exclusive
01
02
benefit of Owner."
02
Nam-
'
03
03
04
M. Contractor shall furnish evidence to the Canadian River
04
05
Municipal Water Authority that, with respect to all
05
r
06
operations affecting the Aqueduct, that the Contractor
06
07
carries regular contractor liability insurance and, in
07
08
addition, a protective liability policy on behalf of the
08
09
Water Authority which will pay for all costs and expenses
09
t
10
incurred from damages to the aqueduct facility and related
10
11
claims, with a minimum liability limit of $250,000. A
11
12
Certificate of Insurance shall be furnished to the CRMWA
12
13
by the Contractor prior to proceeding with any work
13
14
affecting the Aqueduct.
14
15
15
16
16
.
17
EXHIBIT A
17
18
18
r'
19
ENGINEER'S STATUS DURING CONSTRUCTION
19
20
20
21
21
22
A.1. The duties and responsibilites and the limitations of authority
22
23
of Engineer during construction are set forth in the Contract
23
i
24
Documents and shall not be extended without written consent of
24
25
Owner and Engineer.
25
r-
26
26
E
27
A.2. Engineer will make visits to the site at intervals
27
28
appropriate to the various stages of construction as
28
29
Engineer deems necessary in order to observe as an
29
30
experienced and qualified design professional the progress
30
c,
31
that has been made and the quality of the various aspects
31
32
of Contractor's executed Work. Based on information
32
33
obtained during such visits and observations, Engineer
33
34
will endeavor for the benefit of Owner to determine, in
34
35
general, if the Work is proceeding in accordance with the
35
�a
36
Contract Documents. Engineer will not be required to make
36
37
exhaustive or continuous on -site inspections to check the
37
38
quality or quantity of the Work. Engineer's efforts will
38
39
be directed toward providing for Owner a greater degree of
39
r-
40
confidence that the completed Work will conform generally
40
41
to the Contract Documents. On the basis of such
41_
42
visits and on -site observations are subject to all the
42
43
limitations on Engineer's authority and responsibility
43
44
set forth in paragraph A.7 and particulary, but
44
45
without limitation, during or as a result of
45
46
Engineer's on -site visits or observations of
46
47
Contractor's Work Engineer will not supervise, direct,
47
48
control or have authority over or be responsible for
48
49
Contractor's means, methods, techniques, secquences or
49
50
procedures of construction, or the safety precautions
50
51
and programs incident thereto, or for any failure of
51
'
52
Contractor to comply with Laws and Regulations
52
53
applicable to the furnishing or performance of the
53
PIPE
l
City of Lubbock, Municipal Water Treatment - Contract 2
00805-6
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
assistantswill be as provided in paragraph A.7.
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
4.2
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 whale 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
F�
City of Lubbock, Municipal Water Treatment - Contract 2
00805-7
01
Responsibilities:
01
02
02
r�
03
1.
Neither Engineer's authority or responsibility under
03
04
this paragraph or under any other provision of the
04
05
Contract Documents nor any decision made by Engineer
05
�^
06
in good faith either to exercise or not exercise or
06
07
performance of any authority or responsibility by
07
08
Engineer shall create, impose or give rise to any duty
08
r..
09
10
owed by Engineer to Contractor, any Subcontractor, any
Supplier, any other person or organization, or to any
09
10
11
surety for or employee or agent of any of them.
11
12
12
13
2.
Engineer will not supervise, direct, control or have
13
14
authority over or be responsible for Contractor's
14
15
means, methods, techniques, sequences or procedures of
15
r..
16
construction, or the safety precautions and programs
16
17
incident thereto, or for any failure of Contractor to
17
18
comply with Laws and Regulations applicable to the
18
19
furnishing or performance of the Work. Engineer will
19
r
20
not be reponsible for Contractor's failure to perform
20
@
21
or furnish the Work in accordance with the Contract
21
22
Documents.
22
�-
23
23
24
3.
Engineer will not be responsible for the acts or
24
25
omissions of Contractor or of any Subcontractor, any
25
26
Supplier, or of any other person or organization.
26
r„
F
27
performing or furnishing any of the Work.27
2&
28
29
4.
Engineer's review of the final Application for Payment
29
30
and accompanying documentation and all maintenance and
30
31
operating instructions, schedules, guarantees, bonds
31
32
and certificates of inspection, tests and approvals
32
33
and other documentation required to be delivered will
33
r r
34
only be to determine generally that their content
34
i
35
complies with the requirements of, and in the case of
35
36
certificates of inspections, tests and approvals that
36
37
the results certified indicate compliance with, the
37
38
Contract Documents.
38
39
39
t..
40
5.
The limitations upon authority and responsibility set
40
41
forth in this paragraph shall also apply to Engineer's
41
42
Consultants, Resident Project Representative and
42
43
assistants.
43
Cti
44
44
45
END OF SECTION
45
46
46
r+
` City of Lubbock, Municipal Water Treatment - Contract 2
No Text
GENERAL
REQUIREMENTS
1
(THIS PAGE LEFT BLANK INTENTIONALLY)
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
91k07
PART 1 - GENERAL
SECTION 01010
SUMMARY OF WORK
1.01 WORK COVERED BY CONTRACT DOCUMENTS
A. The Work of this Contract consists of a Chlorinator/
Generator Building, modifications to the existing
chlorine storage room, chlorine feed system, ammonia storage
room, ammonia feed system, chlorine gas scrubber system,
miscellaneous sitework, associated piping, electrical and
instrumentation work, including relocation of and
modifications to an existing generator set.
B. Furni-sh all materials, equipment, supplies, appurtenances;
provide all construction plant equipment and tools; and
perform all necessary labor and supervision.
C. Coordinate the progress of the Work including coordination
between trades, subcontractors, suppliers, public
utilities and Owner to ensure the progress of Work.
D. It is the intent of this contract that Work proceed in the
most expeditious manner possible.
1.02 CONTRACTS
A. Construct the Work under a single fixed price contract.
1.03 WORK BY OTHERS
A. Other Contractors:
1. Contract No. 1 SDWA improvements including Chlorine
Contact Basin and Clearwell Transfer Pumping Station.
Start in November 1991; complete in April 1993.
2. Contract No. 3 - Site Work Improvements, chemical
feed improvements, carbon contact and blower building,
and Plant Rehabilitation. Start in March 1992;
complete in May 1994.
3. Contract No. 4 - Ground storage reservoir; start in
January 1992; complete in January,1993.
4. Contract No. 5 - Laboratory addition.
5. Demolition of Lime storage tank.
1.04 WORK SEQUENCE
A. Construct Work shall allow for Owner's continuous
occupancy and for uninterrupted treatment of water at
design capacity during construction. Coordinate construction
City of Lubbock, Municipal Water Treatment - Contract 2
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
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
01010-2
schedule and operations with the Owner.
01
02
B.
Power outages of up to 4 HRS duration will be permitted
03
only if prescheduled with the Owner and as can be allowed.
04
1. Schedule each outage with Engineer and Owner.
05
06
1.05
CONTRACTOR'S USE OF PREMISES
07
08
A.
Contractor shall limit his use of the premises for Work,
09
and storage, to allow for Owner occupancy.
10
11
B.
Coordinate use of premises under direction of Engineer.
12
13
C.
Assume fullresponsibility for the protection and
14
,safekeeping of products furnished under this Contract,
15
stored on or off the site.
16
17
D.
Move any stored products under Contractor's control, which
18
interfere with operations of the Owner.
19
20
E.
Obtain and pay for the use of additional storage or work
21
areas needed for operations.
22
23
F.
Contractor may use those areas indicated on the drawings
24
for storage and such additional areas as Engineer may
25
designate.
26
27
1.06
EASEMENTS AND RIGHTS -OF -WAY
28
29
A.
Owner will provide easements and rights -of -ways for
30
pipelines.
31
32
B.
Confine construction operations to the immediate vicinity
33
of the location indicated on drawings and use due care in
34
placing construction tools, equipment, excavated
35
materials, and pipeline materials and supplies, so as to
36
cause the least possible damage to property and
37
interference with traffic.
38
39
C.
Within Highway and Railroad Rights -of -Way.
40
1. Owner will obtain permits. -
41
2. Perform all work and conduct all operations of
42
Contractor, his employees, and his subcontractors in
43
accordance with the requirements, and under the
44
control (through Owner) of the railroad or highway
45
authority owning, or having jurisdiction over and
46
control of, the right-of-way in each case.
47
48
1.07
FENCES
49
50
A.
Maintain all fences affected by the Work until completion
51
of the Work.
52
53
City of Lubbock, Municipal Water Treatment - Contract 2
r,
L
f
r
O1
B.
Do not relocate or dismantle fences which interfere with
r-
02
construction operations before obtaining written
03
permission from the fence owner with an agreement as -to
04
the length of time the fence may be left relocated or
05
dismantled.
06
'
07
C.
Where fences must be maintained across the construction
08
easement install adequate gates.
09
Y
10
D.
Keep gates closed and locked when not in use.
`
11
12
E.
At the completion of Work across any tract of land restore
13
fences to their original or better condition and to their
14
original location.
15
16
1.08
PROTECTION OF PUBLIC AND PRIVATE PROPERTY
17
18
A.
Protect, share, brace, support, and maintain underground
19
pipes, conduits, drains, and other underground
20
construction uncovered or otherwise affected by
21
construction operations.
22
23
B.
Restore to their original condition, pavement, surfacing,
A
24
driveways, curbs, walks, buildings, utility poles, guy
25
wires, fences, and other surface structures affected by
r
26
construction operations, together with sod and shrubs in
27
yards and parkings, whether within or outside the
J
28
easement.
29
30
C.
Use new materials for replacements.
31
32
D.
Do not remove trees outside the permanent easement, except
33
as authorized by Engineer.
34
1. Where practical, tunnel beneath trees in yards and
35
parkings when on or near the line of trench.
36
2. Employ hand excavation as necessary to prevent tree
37
injury.
38
3. Adequately protect trees left standing against damage
39
by construction operations.
40
f
41
E.
Contractor shall be responsible for all damage to streets,
42
roads, highways, shoulders, ditches, embankments,
43
culverts, bridges, and other public or private property,
44
regardless of location or character, which may be caused
ff
45
by transporting equipment, materials, or men to or from
46
the Work or any part or site thereof, whether by him or
t—
47
his subcontractors.
48
49
F.
Make satisfactory and acceptable arrangements with the
50
owner of, or the agency or authority having jurisdiction
51
over, any damaged property concerning its repair or
52
replacement or payment of costs incurred in connection
53
with the damage.
a
City of Lubbock, Municipal Water Treatment - Contract 2
r
t
01010-3
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
01010-4
01
G.
Keep fire hydrants and water control valves free from
02
obstruction and available for use at all times.
03
04
1.09
MAINTENANCE OF TRAFFIC
05
06
A.
Conduct Work to interfere as little as possible with
07
public travel, whether vehicular or pedestrian.
08
1. Whenever it is necessary to cross, close, or obstruct
09
roads, driveways and walks, whether public or private,
10
provide and maintain suitable and safe bridges,
11
detours, or other temporary expedients for
12
accommodation of public and private travel.
13
14
1.10
OWNER OCCUPANCY
15
16
A.
Owner will occupy the premises during the entire period of
17
construction for the conduct of his normal operations.
18
Cooperate with Owner in all construction operations to
19
minimize conflict, and to facilitate Owner usage.
20
21
1.11
PARTIAL OWNER OCCUPANCY
22
23
A.
The Contractor shall schedule his operations for
24
completion of portions of the Work, as designated under
25
Sequence of Work, for the Owner's occupancy prior to
26
Substantial Completion of the entire work.-
27
28
B.
Owner will occupy new facilities for the purpose of
29
conducting his normal operations.
30
31
C.
Immediately prior to Owner occupancy of new facilities
32
Engineer shall issue a certificate of occupancy
33
designating a date of occupancy and defining the area
34
occupied.
35
1. Contractor's responsibilities:
36
a. Allow access for Owner's personnel.
37
b. Allow access for public.
38
c. Allow operation of heating, ventilating and
39
electrical systems.
40
d. Provide 0 & M manuals and warranties.
41
2. Owner's responsibilities:
42
a. Operate heating and ventilating system.
43
b. Assume responsibility for power requirements.
44
c. Assume responsibility for property insurance on
45
occupied areas.
46
d. Assume responsibility for security and fire
47
protection in occupied areas, but not extending to
48
protection of Contractor's materials and equipment
49
in occupied areas.
50
3. Other conditions of occupancy:
51
a. The correction period for the occupied Work shall
52
commence at the date of occupancy.
53
fm�
City of Lubbock, Municipal Water Treatment - Contract 2
i
01010-5
O1
01
.-
02
1.12
SUBSTANTIAL COMPLETION
02
03
03
04
A.
For the purposes of establishing when the project is
04
05
substantially complete and suitable for its intended
05
06
purpose, the following functional components shall be
06
07
completed.
07
08
08
r
09
B.
Functional components which shall be operational include:
09
10
1. Chlorine Storage and Feed System.
10
11
2. Ammonia Storage and Feed System.
11
12
3. Chlorine Gas Scrubbing System.
12
13
4. Relocation of and modifications to existing generator
13
t-
14
set.
14
15
15
t"
16
1.13
LINES AND GRADES
16
17
17
18
A.
Construct all Work to the lines, grades and elevations
18
19
indicated on the drawings.
19
20
1. Remove and reconstruct improperly located Work.
20
21
21
22
B.
Engineer will establish or designate 2 basic horizontal
22
1"
23
and vertical controls points.
23
i
24
1. The horizontal and vertical control established or
24
25
designated by Engineer will consist of:
25
�..
26
a. Two horizontal points or one horizontal point and
26
27
a bearing.
27
28
b. One vertical point.
28.
29
2. Use these points as datum for the Work.
29
`
30
3. Provide, without charge, such competent men and tool,
30
31
stakes, and other materials as Engineer may require in
31
32
establishing or designating control points, in
32
�-
33
establishing construction easement boundaries; or in
33
34
checking layout, survey, and measurement work
34
35
performed by Contractor.
35
36
_
36
37
C.
Provide all additional survey, layout and measurement work
37
38
required.
38
39
1. Work performed by a qualified professional engineer or
39
+-
40
registered land surveyor acceptable to Engineer.
40
41
2. Locate and protect control points prior to starting
41
42
site work, and preserve all permanent reference points
42
43
during construction.
43
44
a. Make no changes or relocations without prior
44
45
written notice to Engineer.
45
46
b. Report to Engineer when any reference point is
46
r~
47
lost or destroyed, or requires relocation because
47
r
48
of necessary changes in grades or locations.
48
49
c. Require surveyor to replace Project control points
49
r„
50
which may be lost or destroyed. 1) Establish
50
f
51
replacements based on original survey control.
51
52
3. Establish lines and levels, locate and lay out, by
52
53
instrumentation and similar appropriate mean.
53
City of Lubbock, Municipal Water Treatment - Contract 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01010-6
1.14
a. Site improvements: 1) Stakes for grading, fill
and topsoil placement. 2) Utility slopes and
invert elevations.
b. Batter boards for structures.
c. Building foundation, column locations and floor
levels.
d. Controlling lines and levels required for the
mechanical and electrical trades.
4. From time to time, verify layouts by the same methods.
5. Maintain a complete, accurate log of all control and
survey work as it progresses.
6. On request of Engineer, submit documentation to verify
accuracy of field engineering work.
REGULATORY REQUIREMENTS
A. Comply with all federal, state and local laws,
regulations, codes, and ordinances applicable to the Work.
B. References in the Contract Documents to local codes shall
mean the City of Lubbock, Texas.
C. Other standards and codes which apply to the Work are
designated in the Specifications.
1.15 CUTTING AND PATCHING
A. Contractor shall be responsible for all cutting, fitting
and patching, including attendant excavation and backfill,
required to complete the Work or to:
1. Make its several parts fit together properly..
2. Uncover portions of the Work.to provide for
installation of ill-timed work.`
3. Remove and replace defective work.
4. Remove and replace work not conforming to requirements
of Contract Documents.
5. Remove samples of installed work as specified for
testing.
B. Provide products as specified or as required to complete
cutting and patching operations.
C. Inspection:
1. Inspect existing conditions of the Project, including
elements subject to damage or to movement during
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.
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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 2
F
i
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
01010-7
D. Preparation:
01
1.
Provide adequate temporary support as necessary to
02
assure the structural value or integrity of the
03
affected portion of the Work.
04
2.
Provide devices and methods to protect other portions
05
of the Project from damage.
06
3.
Provide protection from the elements for that portion
07
of the Project which may be exposed by cutting and
08
patching work, and maintain excavations free from
09
water.
10
4.
Execute fitting and adjustment of products to provide
11
a finished installation to comply with specified
12
products, functions, tolerances and finishes.
13
5.
Restore work which has been cut or removed; install
14
new products to provide completed Work in accord with
15
requirements of Contract Documents.
16
6.
Fit work airtight to pipes, sleeves, ducts, conduit
17
and other penetrations through surfaces.
18
19
END OF SECTION
20
21
City of Lubbock, Municipal Water Treatment - Contract 2
No Text
r
r-�
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
91K08 SECTION 01060
SPECIAL CONDITIONS
PART 1 - GENERAL
1.01 PRECONSTRUCTION CONFERENCE
A. A preconstruction conference shall be held at City of
Lubbock, 600 Municipal Drive, Lubbock, TX 79457 after
award of Contract. Engineer will notify the Contractor as
to the date and time of the conference 2 weeks in advance
of the proposed date. Owner's representative, Engineer,
Contractor's Project Manager and Project Superintendent,
and Contractor's Subcontractor Representatives shall
attend.
B. Suggested Agenda:
1. Distribution and discussion of:
a. List of major subcontractors and suppliers.
b. Projected construction schedules.
2. Critical work sequencing.
3. Major equipment deliveries and priorities.
4. Project coordination:
a. Designation of responsible personnel.
5. Procedures and processing of:
a. Field decisions.
b. Proposal requests.
c. Submittals.
d. Change Orders.
e. Applications for Payment.
6. Adequacy of distribution of Contract Documents.
7. Procedures for maintaining record documents.
8. Use of premises:
a. Office, work, and storage areas.
b. Owner's requirements.
9. Construction facilities, controls, and construction
aids.
10. Temporary utilities.
11. Safety and first -aid procedures.
12. Security procedures.
13. Housekeeping procedures.
1.02 PROJECT SIGNS
A. Furnish and install one:
1. Contractor's standard sign approved by Owner.
B. Install in location approved by Owner.
1.03 FIELD OFFICES
City of Lubbock, Municipal Water Treatment - Contract 2
01060-1
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
01060-2
A.
General:
01
1. Establish a field office located at site of Project
02
with telephone, telecopy, mailing address, and
03
sanitary facilities.
04
2. Assure attendance at this office during the normal
05
working day. Designate as the office of Contractor's
06
Superintendent.
07
3. At this office, maintain complete field file of shop
08
drawings, posted Contract Drawings and Specification,
09 _
and other files of field operations including
10
provisions for maintaining "As Recorded Drawings:'"
11
12
B.
Furnish for use by the Engineer.
13 —
1. Services
14
a. Access to drinking water and toilet facilities.
15
b. Access to photcopier and facsimile machine.
16 --
17
C.
Remove Contractor's field offices from site upon
18
acceptance of the entire work by the Owner.
19
20
1.04
SITE MAINTENANCE AND TEMPORARY PAINTING
21
22
A.
Paint and maintain in good repair temporary structures,
23 --
fences, barricades and related items.
24
25
B.
Keep site clean of debris, rubble and paper. Store and
26
stockpile materials in an orderly manner and protect
27
against damage.
28
29
C.
Maintain conditions of access road to site such that
30 --
access is not hindered as the result of construction
31
related deterioration.
32
33
1.05
DRAWINGS AND CONTRACT DOCUMENTS FOR CONTRACTOR USE
34
35
A.
Refer to General Conditions.
36
37 ^'
B.
Contractor shall pick up all "no -charge" documents within
38
10 days from date of Notice to Proceed.
39
40 —
C.
Additional documents after "no -charge" documents will be
41
furnished to Contractor at cost.
42
43
1.06
PROJECT PHOTOGRAPHS
44
45
A.
At least once each month during construction of the work,
46
provide a professional photographer to take progress
47 —
pictures as directed by Engineer. Furnish three glossy
48
prints (approximately 8 x 10 IN) and each negative, with
49
all rights of reproduction, to Owner. Provide number of
50
photographs as follows:
—
51
1. Five photos per month.
52
53
City of Lubbock, Municipal Water Treatment - Contract 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
B. Contractor shall schedule and coordinate photographer with
Engineer's Field Representative.
C. Date all photographs.
1.07 PROJECT VIDEO
A. In conjunction with Article 1.06 above, provide a
professional photographer to videotape:
1. Operation and maintenance sessions.
B. Video Required:
1. Operations and maintenanceinstruction sessions:
a. Coordinate schedule to videotape all instructional
sessions as specified in section 01340 and the
individual equipment specification sections.
b. Contractor shall pay all license fees and
royalties and obtain and pay for all permits,
agreements or licenses to videotape training
sessions.
c. Manufacturer's standard training video tapes are
acceptable as alternative to video taping
instruction sessions, subject to approval by the
Engineer.
d. Identify each instruction session on audio
portion:
1) Session topic or lesson.
2) Instructors name and affiliation.
3) Location.of session.
4) Date and time.
e. Tape cover jacket:
1) Identify each type with typed or printed
title.
2) Instructional session.
3) Location.
4) Date and time.
C. Provide individual videotape cassette for each
instructional session.
1.08 TESTING
A. Except as set out in other sections of Contract Documents,
payment for soil, concrete and other testing is as
follows:
1. Soils and concrete testing: The Owner will pay for
"Passing" soils and "Passing" concrete tests on the
Project. Costs of corrective action, costs of
"Failing" soils and concrete tests, and cost of
testing associated with establishment of mix design
are the sole responsibility of the Contractor.
2. Other testing: Unless specifically stated otherwise
in individual sections of specifications or drawings,
City of Lubbock, Municipal Water Treatment - Contract 2
01060-3
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
01060-4
required testing, testing procedures, reports,
01
certificates, and costs associated with all phases of
02
securing required satisfactory test information which
03
may be required by individual sections of
04
specifications or drawings are the full responsibility
05
of the Contractor.
06
07
1.09
ORDER OF CONSTRUCTION
08
09 -
A.
Construction operations will be'scheduled to allow the
10
Owner uninterrupted operation of existing adjacent
11
facilities. Coordinate connections with existing work to
12
ensure timely completion of interfaced items.
13
14
B.
At no time shall Contractor or his employges modify
15
operation of the existing facilities or start construction
16 -,
modifications without approval of the Owner except in
17
emergency to prevent or minimize damage.
18
19 ,.
1.10
PROJECT MEETINGS
20
21
A.
The Engineer shall conduct construction meetings
22
involving:
23
1. Contractor's Project Manager.
24
2. Contractor's Project Superintendent.
25
3. Owner's designated Representative(s).
26
4. Engineer's designated Representative(s).
27
5. Contractor's subcontractors as appropriate to the work
28
in progress.
29
30
B.
Conduct meetings monthly at the Project field office of
31
the Contractor.
32
33
C.
The Engineer shall take meeting minutes and submit copies
34
of meeting minutes to participants and designated
35
recipients identified at the Preconstruction Conference.
36
Corrections, additions or deletions to the minutes shall
37
be noted and addressed at the following meeting.
38
39
D.
The Engineer shall schedule meetings for most convenient
40
time frame.
41
42
E.
The Engineer shall have available at each meeting full
43 ,.
chronological file of all previous meeting minutes.
44
45
F.
The Contractor shall have available at each meeting
46
up-to-date record drawings.
47
48
G.
Suggested Agenda:
49
1. Review of work progress.
50
2. Field observations, problems, and conflicts.
51
3. Problems that impede construction schedules.
52
4. Review of off -site fabrication and delivery schedules.
53
City of Lubbock, Municipal Water Treatment - Contract 2
01060-5
O1 5. Corrective measures and procedures to regain projected
O2 schedules.
03 6. Revisions to construction schedules.
04 7. Plan progress schedules during succeeding work period.
05 8. Coordination of schedules.
06 9. Review submittal schedules; expedite as required.
07 10. Maintenance of quality standards.
08 11. Review proposed changes for effect on construction
09 schedules and on completion dates.
10 12. Other business.
11
12 1.11 SPECIAL CONSIDERATIONS
13
14 A. Contractor shall be responsible for negotiations of any
15 waivers or alternate arrangements required to enable
16 transportation of materials to the site.
17
18 END OF SECTION
City of Lubbock, Municipal Water Treatment - Contract 2
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
(THIS PAGE LEFT BLANK INTENTIONALLY)
F
01150-1
C
O1
91F19
SECTION 01150
�-
02
03
APPLICATION FOR PAYMENT
04
05
06
PART 1
- GENERAL
# .
07
08
1.01
SUMMARY
.-
09
t
10
A.
Submittal of applications for payment.
11
12
B.
Related Sections include but are not necessarily limited
13
to:
14
1. Division 0 - Bidding Requirements, Contract Forms, and
15
Conditions of the Contract.
r"
16
2. Division 1 - General Requirements.
17
18
1.02
FORMAT AND DATA REQUIRED
C
19
20
A.
Submit applications typed on AIA Document G702, G703; NSPE
21
_ _
Document 1910 8 E, Application for Payment; or a similar
22
form, with itemized data typed on 8-1/2 x 11 IN white
23
paper continuation sheets.
i
24
25
B.
Provide itemized data on continuation sheet:
26
1. Format, schedules, line items, and values: Those of
27
the Schedule of Values.
28
29
1.03
PREPARATION OF APPLICATION FOR EACH PROGRESS PAYMENT
#
30
31
A.
Application Form:
32
1. Fill in required information, including that for
33
Change Orders executed prior to the date of submittal
34
application.
35
2. Fill in summary of dollar values to agree with the
r.
36
respective totals indicated on the continuation
37
sheets.
38
3. Execute certification with the signature of a
39
responsible officer of the Contractor's firm.
�^
40
41
B.
Continuation Sheets:
42
1. Fill in total list of all scheduled component items of
�.,
43
Work, with item number and the scheduled dollar value
44
for each item.
45
2. Fill in the dollar value in each column for each
46.
scheduled line item when work has been performed or
47
products stored, rounding off values to nearest
48
dollar.
49
3. List each Change Order executed prior to the date of
r
50
submission at the end of the continuation sheets:
'
51
a. List by Change Order number and description, as
52
for an original component item of work.
53
P
't
City of Lubbock, Municipal Water Treatment - Contract 2
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
01150-2
O1
1.04
SUBSTANTIATING DATA FOR PROGRESS PAYMENTS
O1
02
02
03
A.
When Owner or Engineer requires substantiating data,
03
04
Contractor shall submit suitable information, with a cover
04
05
letter identifying:
05
06
1. Project.
06
07
2. Application number and date..
07
08
3. Detailed list of enclosures.
08
09
4. For stored products:
09
10
a. Item number and identification as shown on
�10
11
application.
11
12
b. Description of specific material.
12
13
13
14
B.
Submit one copy of data and cover letter for each copy of
14
15
application.
15
16
16
17
1.05
PREPARATION OF APPLICATION FOR FINAL PAYMENT
17
18
18
19
A.
Fill in application form as specified for progress
19
20
payments.
20
21
21
22
B.
Use continuation sheet for presenting the final statement
22
23
of accounting as specified in Section 01700.
23
24
24
25
1.06
SUBMITTAL PROCEDURE -
25
26
26
27
A.
Submit applications for payment to Engineer at the times
27,
28
stipulated in the General Conditions.
28
29
29
30
B.
Quantity: Five copies of•.each application.
30
31
31
32
C.
When Engineer finds the application properly completed and
32
33
correct, he will transmit,a Certificate for Payment to
33
34
Owner, with a copy to Contractor.
34
35
35
36
1.07
PAYMENTS
36
37
37
38
A.
Equipment Retention:
38
39
1. 25 percent of the value of equipment will be withheld
39
40
until preliminary 0 & M Manuals are submitted.
40
41
2. $5,000 or 10 percent of the equipment value, (the
41
42
lesser of the two) will be withheld until
42
43
manufacturer's field services are provided except
43
44
field services for Division 13 which will be $20,000
44
45
or 10 percent of the equipment value (the lesser of
45
46
the two)..
46
47
3. Ten Percent of the equivalent value will be withheld
47
48
until final 0 & M Manuals are accepted.
48
49
4. Percentages for items 2 and 3 are additive.
49
50
50
51
B.
Failure to Submit Schedules and Plans:
51
52
1. Progress payments will be withheld if updated
52
53
schedules are not submitted in accordance with Section
53
City of Lubbock, Municipal Water Treatment - Contract 2
O1
02
03
04
01310.
END OF SECTION
01150-3
O1
02
03
04
City of Lubbock, Municipal Water Treatment - Contract 2
(THIS PAGE LEFT BLANK INTENTIONALLY)
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
91KO8
PART 1 - GENERAL
1.01 SUMMARY
SECTION 01310
CONSTRUCTION SCHEDULES
A. The Contractor shall prepare and submit to the Engineer
estimated construction progress schedules for the Work,
with subschedules of related activities that are essential
to its progress.
B. Submit revised progress schedules periodically, but not
less frequently than bimonthly.
C. Owner may require Contractor to add to his plant,
equipment, or construction forces, as well as increase the
working hours if operations fall behind schedule at any
time during the construction period.
D. 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 OF SCHEDULES
A. Prepare schedules in the form of a horizontal bar chart:
1. Provide separate horizontal bar for each trade or
operation.
2. Horizontal time scale: Identify the first work day of
each week.
3. Scale and spacing: Allow space for notations and
future revisions.
4. Minimum sheet size: 11 X 17 IN.
B. Format of listings:
1. The chronological order of the start of each item of
work by:
a. Major building division.
b. Major element of work.
C. Identification of Listings:
1. By major specification section numbers.
1.03 CONTENT OF SCHEDULES
A. Construction progress schedule shall show:
1. The.complete sequence of construction by activity.
2. The dates for the beginning and completion of each
City of Lubbock, Municipal Water Treatment - Contract 2
01310-1
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
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
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 2
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
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. 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
City of Lubbock, Municipal Water Treatment - Contract 2
01310-3
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
(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
91KO8 SECTION 01340
SHOP DRAWINGS, PRODUCT DATA & SAMPLES, OPERATION AND
MAINTENANCE MANUALS, EQUIPMENT RECORD SHEETS
PART 1 - GENERAL
1.01 SUMMARY
A. General:
1. Section Addresses:
. a. Mechanics of Shop Drawing Process.
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. Sections in Divisions 2 through 16 identifying
submittal requirements.
1.02 SUBMITTALS: GENERAL
A. Transmit all submittals to:
HDR Engineering, Inc.
12700 Hillcrest Rd., Suite 125
Dallas, TX 75230-2096„
Attn: Mr. David Besinger, P.E.
B. Utilize two copies of attached Exhibit "A" to transmit all
shop drawings and samples.
C. Utilize two copies of attached Exhibit "B" to transmit all
Operation and Maintenance Manuals and Equipment Record
Sheets (Exhibits "Cl" and "C2").
D. All transmittals must be from Contractor and bear his
approval stamp. Transmittals will not be received from or
returned to subcontractors.
1. Shop drawing transmittal stamp shall read
"(Contractor's Name) represents that we have
determined and verified all field dimensions and
measurements, field construction criteria, materials,
catalog numbers, and similar data, and that we have
checked with the requirements of the Work and the
Contract Documents." transmittals will not be received
from or returned to subcontractors.
2. Operation and Maintenance Manual transmittal stamp may
be Contractor's standard approval stamp.
E. Provide submittal information defining specific equipment
City of Lubbock, Municipal Water Treatment - Contract 2
01340-1
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
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, metering equipment, taps, wyes, and other
devices affecting the CRMWA Aqueduct 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
City of Lubbock, Municipal Water Treatment - Contract 2
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
01340-3
i
01
components in subsequent resubmittal packages.
02
Provide a summary sheet containing all components of
03
the original transmittal at the front of each
04
resubmittal. Indicate each component as either A or
05
B. "outstanding," or "submitted for action." Reference
06
items previously receiving "A" or "B" Action to the
is
07
transmittal in which "A" or "B" Action was received.
08
"Outstanding" items are defined as items previously
09
not receiving "A" or "B" Action and not yet
"Submitted
10
resubmitted for re -review. Use this term
11
for action" to indicate items which are included for
12
review in the transmittal.
13
6.
For 8-1/2 x 11 IN size sheets, provide four copies of
14
each page for Engineer plus the number required by the
15
Contractor. The number of copies required by the
16
Contractor will'be defined at the Preconstruction
17
Conference, but shall not exceed 6.
18
7.
For items not covered in paragraph 6, submit one
19
reproducible transparency and one print of each
r
20
drawing until approval is obtained. Utilize mailing
21
tube; do not fold. The Engineer will mark and return
22
the reproducible to the Contractor for his
23
24
8.
reproduction and distribution.
Provide clear space (3 IN SQ) for Engineer stamping of
25
each component defined in A.5.
26
9.
Contractor shall not use red color for marks on
27
transmittals. Duplicate all marks on all copies
k
28
transmitted, and ensure marks are photocopy
29
reproducible. Outline Contractor marks on
30
reproducible transparencies with a rectangular box.
31
32
B. Transmittal
Contents:
33
1.
Coordinate and identify shop drawing contents so that
7
34
all items can be easily verified by the Engineer.
35
2.
Identify equipment or material use, tag number,
36
drawing detail reference, weight, and other project
rr
37
specific information.
38
3.
Provide sufficient information together with technical
39
cuts and technical data to allow an evaluation to be
40
made to determine that the item submitted is in
41
compliance with the Contract Documents.
42
4.
Submit items like equipment brochures,.cuts of
43
fixtures, product data sheets or catalog sheets on
44
8-1/2 x 11 IN pages. Indicate exact item or model and
45
all proposed options.
46
5.
Include legible scale details, sizes, dimensions,
r.
47
performance characteristics, capacities, test data,
48
anchoring details, installation instructions, storage
49
and handling instructions, color charts, layout
50
drawings, parts catalogs, rough -in diagrams, wiring
7
51
diagrams, controls, weights and other pertinent data.
52
Arrange data and performance information in format
53
similar to that provided in Contract Documents.
7
City of Lubbock, Municipal Water Treatment - Contract 2
i
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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
01340-4
Provide, at minimum, the detail provided in the
01
Contract Documents.
02
6. If proposed equipment or materials deviate from the
03
Specifications or Drawings in any way, clearly note
04
the deviation and justify the said deviation in detail
05
in a separate letter immediately following transmittal
06
sheet. If explanation is not given, shop drawings
07
will be returned without action.
08
09
1.04
SUBMITTALS: SAMPLES
10
11
A.
Identify sample as to: manufacturer, item, use, type,
12
project designation, tag number, specification section or
13
drawing detail reference, color, range, texture, finish
14
and other pertinent data.
15
16
B.
Include application specific brochures, and installation
17
instructions.
18
19
C.
Provide Contractor's stamp of approval on samples as
20
indication of his checking and verification of dimensions
21
and coordination with interrelated work.
22
23
D.
Resubmit samples of rejected items.
24
25
E.
Approved samples submitted or constructed, constitute
26
criteria for judging completed work. Finished work or
27
items not equal to samples will be rejected.
28
29
F.
Samples may be retained for comparison purposes. Remove
30
samples when directed. Include in bid all costs of
31
furnishing and removing samples.
32
33
1.05
SUBMITTALS: OPERATION AND MAINTENANCE MANUALS AND EQUIPMENT
34
RECORD SHEETS
35
36
A.
Transmittal Mechanics:
37
1. See Paragraph 1.02 C.
38
2. Provide transmittal form for Operation and Maintenance
39
Manual with original number of the approved item plus
40
a suffix "0-M."
41
3. Submit two copies until approval is received.
42
4. Acceptable submittals will be retained with the
43
transmittal form returned with a request for five
44
additional copies.
45
5. Deficient submittals will be returned along with the
46
transmittal form which will be marked to indicate
47
deficient areas.
48
6. Identify resubmittals with the original number plus a
49
suffix letter starting with "A."
50
7. Submit Operation and Maintenance Manuals printed on
51
8-1/2 x 11 IN size heavy first quality paper with
52
standard three -hole punching and bound in stiff metal
53
City of Lubbock, Municipal Water Treatment - Contract 2
r
r-
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
hinged binder constructed as a three-ring style.
Provide binders with titles on front and on spine of
binder. Tab each section of manuals for easy
reference with plastic -coated dividers. Provide index
for each manual. Provide plastic sheet lifters prior
to first page and following last page.
8. Reduce drawings or diagrams bound in manuals to an
8-1/2 x 11 IN or 11 x 17 IN size. However, where!
reduction is not practical to ensure readability, fold
larger drawings separately and place in vinyl
envelopes which are bound into the binder. Identify
vinyl envelopes with drawing numbers.
B. Transmittal Content:
1. Submission of Operation and Maintenance Manuals is
applicable but not necessarily limited to:
a. Major equipment.
b. Equipment used with electrical motor loads of 1/6
HP nameplate or greater.
c. Specialized equipment including valves and
instrumentation and control system components for
HVAC and process systems such as meters,
recorders, and transmitters.
d. Valves greater than 12 IN DIA.
e. Water control gates.
2-. Prepare operation and maintenance manuals which
include, but are not necessarily limited to, the
following detailed information, as applicable:
a. Equipment function, normal operating
characteristics, limiting operations.
b. Assembly, disassembly, installation, alignment,
adjustment, and checking instructions.
c. Operating instructions for start-up, routine and
normal operation, regulation and control,
shutdown, and emergency conditions.
d. Lubrication and maintenance instructions.
e. Guide to "troubleshooting."
f. Parts list and predicted life of parts subject to
wear.
g. Warranty, bond and service contract (if
applicable), including: lj Proper procedures in
event of breakdown. 2) Instances that might
affect validity of warranties or bonds.
h. Outline, cross-section, and assembly -drawings;
engineering data; and electrical diagrams,
including elementary diagrams, wiring diagrams,
connection diagrams, word description of wiring
diagrams and interconnection diagrams.
i. Test data and performance curves.
J. A list of recommended spare parts with a price
list and a list of spare parts provided under
these specifications. Where applicable, list
parts suppliers other than the unit manufacturer.
City of Lubbock, Municipal Water Treatment - Contract 2
01340-5
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
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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
k. Copies ofinstallation instructions, parts lists
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 onVHSall 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
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 2
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
any reason a transmittal that has an "A" or "B" Action is
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 "D" will
not be distributed (unless previously agreed to
otherwise at the Preconstruction Conference). One
copy or the one transparency of the "C" or "D"
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 2
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
43
No Text
Exhibit A
r _
Shop Drawing Transmittal No.
Project Name:
Date Received:
Project Owner.
Checked By:
Contractor:
5 Engineering. Inc.
log Page:
Address:
Ann.:A
Date Transmitted:
Address: HDR No.:
Spec. Section:
. 1 st. Sub. LJ ReSub. L,. f
Previous Transmittal Date:
Noo
Copies
Description
(Manufacturer
Pg. or Data
I No.
Action Taken -
rr
I
Remarks:
i
'The Action Designated Above is in Accordance with the Following Legend:
A - Fumish 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.
5. 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.
By Date
►- Distribution: Contractor U File Li Field U Owner U Other U
Ver 1.0 JWW 1990
No Text
Exhibit B
7 ]FD',F(
rr
O & M Manual Transmittal No.
Project Name:
Date Received:
Project Owner.
Checked ey:
Contractor:
Owner: Log Page:
Address:
Date Transmitted:
Address: HDR No.:
Spec. Section:
1 st. Sub. LJ ReSub. LJ
Previous Transrrrittal Date:
No.
Copies
Description of Item '
Manufacture—r
�
Dwg. or Data
No.
Action Taken'
1
Remarks:
To:
From:
NOR Engineering, I=
Date:
'The Action Designated Above is in Accordance with the Following Legend:
E
A - Acceptable, Provide five additional Copies 5. Lubrication & maintenance instructions.
S. Troubleshooting guide.
B - Furnish as Noted 7. Parts list and ordering instructions.
C - Revise and Resubmit 8. Organization (index and tabbing).
r This Operation and Maintenance Manual Submittal 9 Wirindiagrams &schematics specific to
I Pe installag tion.
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:
n
r-
By Date
r Distributlon: Contractor LJ File LJ Field LJ Owner LJ Other LJ
Vsr 1.0 June 19M
No Text
F
Exhibit Cl
7
r^-
fa�
Equipment Record
I Equipment Maintenance Data Summary
Protect Name Page of
Equip. Description Date tnstaited Date Startod
Equip. Lom9on Icost Estimated l.lte
Protect Equip. Tap No. I Shop Dwg. Trans. No. 1 sw— Sec.
Address
'andnr
Vendor Address
Phone
BREAK-IN MAINTENANCE REOUIREMENTS (INITIAL OIL CHANGES, ETC.)
D
(
A
�r-f-'rf-
FF�-
FFFF�—
FFF
F
FFF-
F
F
F
F
PREVENTIVE MAINTENANCE REQUIREMENTS
-
rrOr
rA
F
F
F
F
F
F
FF
F
F
F
F
F—
FF
F
F
F
F
I
17
-FF
FI
F-F-r-rr-F-r--
RECOMMENDED
SPARE PARTS
ELECTRICAL NAMEPLATE
DATA
Part No.
Part Name
Quantity
Equip.
F— I
Make
F—
Serial No.
10 No.
I
Model No.
Frame No.
�—
F—
HP rY. —
Amp. jHZ
F—
i r^ RPM
ISF IDuty
F—
I ins. CI.
IDes. IType
�Cade
Nerna C Amb.
Temp. Rise I Rating
MECHANICAL NAMEPLATE DATA
E�ip•
�—
�—
Make
F!
Serial No.
ID No.
F—
Model No.
Frame No.
HP RPM
Cap. Size
F—
MH I imp. Sz
Des JCFU
F—
PSI Ass-. No.
lCase No.
r—
Misc.
Vw 1.0 Jurw 1e90
ILumant inrormauon on raKwng page
No Text
Exhibit C2
r f�Z
,7
_,
7,
Equipment Record
Lubrication Summary
Equipment Description
Project Equip. Tap No. Pape of
Lubdeant Point
Marutta=er
Product
ALMA r F SAE r I mo
2
4
5
Lubrcant Point
Manufacam
Product AGMA r SAE r ISO
'
Lubricant Point
Manufacttuer
_
Product I AGMA # SAE
S �
I � I
IFI
5
Lubricant Point
Manufacttuar
Product ALMA r F SAE # MO
t`
_�_�1_
FSI
F
Lubricant Paint
Manufacurer
Product AGMA r SAEr ISO
r
I'
i'
IS
�I
Lubricant Point
Manufacttm
Pmduc AGMA ram- SAE r ISO
�F
� '
(-
IT
F1
f
Lubricant Point
Manutamm
Product AGM4 r I SAE r I ISO
gl`
r
I'
I'
7 Ver 1.0 June 1990
No Text
r
01
... 02
03
04
05
j" 06
07
08
r 09
I 10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
t 31
32
33
34
35
36
37
38
39
40
41
` 42
43
44
45
46
47
48
49
50
51
52
53
F
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.
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
City of Lubbock, Municipal Water Treatment - Contract 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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 directlyproportional 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 in4the 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
f
City of Lubbock, Municipal Water Treatment - Contract 2
r
01370-3
01 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 2
(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
91K08 SECTION 01500
CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS
PART 1 - GENERAL
1.01 SUMMARY
A. Section Includes:
1. Construction facilities and temporary controls.
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. Comply with applicable federal, state, and local laws,
codes, regulations and ordinances.
2. Comply with utility company requirements.
PART 2 PRODUCTS
2.01 GENERAL
A. Products shall be new or used and must be serviceable,
adequate for the intended purpose, and must not violate
the requirements of any applicable codes or standards.
B. Owner will pay all costs to operate existing plant.
2.02 TEMPORARY UTILITIES
A. Power:
1. Contractor may use existing receptacle outlets for
small power tools with 120 V, single-phase, 15 amp,
and grounding connection plugs at no charge for power
energy.
a. Use of existing receptacle outlets shall be in
such a manner to minimize inconvenience to Owner
and his employees. The contractor shall insure
use of receptacles will not overload circuits.
b. Provide any required extension cords.
c. Extension cords shall be supported or guarded to
positively prevent any hazard of any kind to
Owner's personnel. Extension cords not in use
shall be removed. Contractor shall relocate any
extension cords deemed by the Owner as hazardous.
City of Lubbock, Municipal Water Treatment - Contract 2
01500-1
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
01500-2
2. Equipment testing:
a. Owner will pay for energy.
b. Contractor to pay all costs for temporary wiring,
if required.
3. Arrange for and pay all costs associated with power
service to the Contractor's field offices and to
Contractor's storage sheds, and pay all costs for
energy used.
4. Where no receptacle outlet is available and for
construction equipment larger than 15 amps, 120 V,
single-phase, arrange for and pay all costs associated
with temporary power service either from the local
utility or a portable engine -generator.
5. Pay all costs for installation and removal of service,
and power used.
B. Water:
1. Provide all water required for construction purposes
except as otherwise indicated.
2. Provide all drinking water required by personnel. Pay
all costs.
3. To extent available, water from existing plant may be
used for structure leakage testing required by Section
01650.
4. Provide temporary pumping, piping and valves, as
necessary.
C. Sanitary and Personnel Facilities:
1. Provide sanitary facilities:
a. As required by laws and regulations.
b. Not less than one facility.
c. Not less than one facility for every 20 employees
of Contractor and subcontractors at the site.
2. Service,, clean and maintain facilities and enclosures.
3. Do not permit construction personnel to use Owner's
sanitary or personnel facilities.
D. Telephone Service:
1. Provide telephone service:
a. In Contractor's field office:
1) One direct line instrument with call.waiting
service.
2) One facsimile machine with direct line.
3) One direct -line instrument for subcontractors
use.
4) Other instruments at Contractor's option.
2. Pay all costs for installation and removal of
telephone and for local service.
3. Toll charges shall be paid by the party placing the
call.
4. No incoming calls allowed to Owner's plant telephone
system.
City of Lubbock, Municipal Water Treatment - Contract 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01500-3
j
01
E.
Temporary Heating and Ventilation:
r-
02
1. Provide temporary heating and ventilation as required
03
to maintain adequate environmental conditions to
04
facilitate progress of the Work, to meet specified
05
minimum conditions for the installation of materials,
06
and to protect materials and finishes from damage due
07
to temperature or humidity.
08
2. Provide adequate forced ventilation of enclosed areas
.+�
09
to cure installed materials, to disperse humidity, and
10
to prevent hazardous accumulations of dust, fumes,
11
vapors or gases.
12
3. Portable heaters shall be standard approved units
13
complete with controls.
14
4. Pay all costs of installation, maintenance, operation,
15
removal, and for fuel consumed.
r
16
17
2.03
CONSTRUCTION AIDS
18
19
A.
Provide construction aids and equipment required by
20
personnel and to facilitate the execution of the work:
21
1. Scaffolds.
22
2. Staging.
�^
23
3. Ladders.
24
4. Stairs.
25
5. Ramps.
26
27
6. Runways.
7. Platforms.
28
8. Railways.
29
9. Hoists.
30
10. Cranes.
z ;
31
11. Chutes.
32
12. Other such facilities and equipment.
,.�
33
34
B.
Completely remove temporary materials, equipment, and
35
services at completion of the Project.
36
37
C.
Grade the areas of the site affected by temporary
38
installations to required elevations and slopes, clean the
39
area, and restore to original condition or to specified
40
condition.
41
42
D.
Contractor is not to use or ask others to provide use of
43
plant machinery, including carts and forklifts.
44
45
E.
Provide ear protection for personnel as required.
46
r-
47
2.04
BARRIERS
48
49
A.
Fencing:
50
1. The site of the Work is not totally fenced.
51
2. Provide any additional fencing required to protect
52
products or to ensure public safety and the safety of
53
Owner's employees. The placement of temporary fencing
r�
{
City of Lubbock, Municipal Water Treatment — Contract 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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
O1 is subject to approval of the Owner.
02
03 B. Barriers:
04 1. Provide suitable barriers as required for public
05 protection and protection of Owner's employees.
06
07 2.05 ENTRY ROADS
08
09 A. Contractor may use existing roadways for access to the
10
extent practical and shall provide additional°access roads
11
and
parking required for the Contractor's personnel or
12
operations.
13
1.
Provide access to treatment plant parking area at all
14
times.,
15
2.
Maintain drainageways.
16
3.
Control dust by daily sprinkling of water or other
17
methods acceptable to Engineer.
18
4.
Provide gravel, crushed rock or other stabilization
19
material to permit, access by all motor vehicles at all.
20
times.
21
5.
Maintain road grade and crown to eliminate "potholes,"
22
rutting and other irregularities that restrict access.
23
6.
Maintain one traffic lane at times when underground
24
construction is being conducted. Provide detours,
25
barriers, and traffic control.
26
7.
Coordinate all detours and other operations affecting
27
traffic and access with Engineer. Provide at least 72
28
HR notice of any operations that will alter.access to
29
the treatment plant.
30
31
32 PART 3 - EXECUTION
33
34 3.01 TEMPORARY UTILITIE5
35
36 A. Maintain and operate systems to assure continuous service.
37
38 B. Modify and extend,systems as work progress requires.
39
40 C. Completely remove temporary materials and equipment when
41 their use is no longer required.
42
43 D. Clean and repair damage caused by temporary installations
44 or use of temporary facilities.
45
46 3.02 CONSTRUCTION AIDS
47
48 A. Relocate construction aids as required by progress of
49 construction, storage or Work requirements, and to
50 accommodate legitimate requirements by Owner.
51
52 B. Completely remove temporary materials, equipment and
53 services at completion of the Project.
City of Lubbock,, Municipal Water Treatment - Contract 2'
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
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
C. Clean and repair damage caused by installation or by use
of temporary facilities:
1. Remove foundations and underground installations for
construction aids.
2. Grade the areas of the site affected by temporary
installations to required elevations and slopes, and
clean the area.
3.03 BARRIERS
A. Install facilities of a neat and reasonably uniform
appearance, structurally adequate for the required
purposes.
B. Relocate barriers as required by progress of construction.
C. Completely remove barriers, including foundations, when
construction has progressed to the point that they are no
longer needed.
D. Clean and repair damage caused by installation, fill and
grade the areas of the site to required elevations and
slopes, clean the area and restore to specified condition
or, if not specified, to original condition.
3.04 FIELD OFFICE AND STORAGE SHEDS
A. Fill and grade sites for temporary structures to provide
surface drainage.
S. Construct temporary field offices and storage sheds on
proper foundations, provide connections for utility
services:
1. Secure portable or mobile buildings when used.
2. Provide steps and landings at entrance door.
C. Mount thermometer at convenient outside location, not in
direct sunlight.
D. Remove temporary field offices, contents and services at a
time they are no longer needed.
E. Remove storage sheds when they are no longer needed.
F. Remove foundations and debris, grade the site to required
elevations, clean the areas and restore to specified
condition or, if not specified, to original condition.
END OF SECTION
City of Lubbock, Municipal Water Treatment - Contract 2
01500-5
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
No Text
4
01
r— 02
03
04
r 05
06
07
08
*= 09
10
11
�., 12
13
14
15
16
17
18
19
20
21
22
r 23
ti 24
25
26
27
28
29
30
i 31
32
33
` 34
35
36
37
38
39
40
41
42
43
44
t 45
46
47
48
49
r- 50
51
52
r 53
-r
91F13 SECTION 01600
PRODUCT DELIVERY, STORAGE, AND HANDLING
PART 1 - GENERAL
1.01 SUMMARY
A. Section Includes:
1. Scheduling of product delivery.
2. Packaging of products for delivery.
3. Protection of products against damage from:
a. Handling.
b. Exposure to elements or harsh environments.
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.
C. Payment:
1. No payment will be made to Contractor for equipment
not properly stored and insured.
a. Previous payments for items will be deducted from
subsequent progress estimate(s) if proper storage
procedures are not observed.
1.02 QUALITY ASSURANCE
A. Qualifications:
1. Follow manufacturer's written directions for storage
and handling.
1.03 DELIVERY, STORAGE, AND HANDLING
A. Scheduling:
1. Schedule delivery of products or equipment as required
to allow timely installation and to avoid prolonged
storage.
B. Packaging:
1. Deliver products or equipment in manufacturer's
original unbroken cartons or other containers, clearly
and fully marked and identified as to manufacturer,
item, and installation location. Provide
manufacturer's instructions for storage.
C. Protection:
1. Protect all products or equipment in accordance with
manufacturer's written directions.
a. Store products or equipment in location to avoid
01600-1
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
L
City of Lubbock, Municipal Water Treatment - Contract 2
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
01600-2
physical damage to items while in storage.
b. Handle products or equipment in accordance with
manufacturer's recommendations and instructions.
2. Protect equipment from exposure to elements and keep
thoroughly dry.
3. Store pumps, motors, electrical equipment, and other
equipment having antifriction or sleeve bearings in
weathertight warehouses which are maintained at a
temperature of at least 60 DegF.
4. When space heaters are provided in equipment, connect
and operate heaters during storage until equipment is
placed in service.
PART 2 - PRODUCTS - (NOT APPLICABLE TO THIS -SECTION)
PART 3 - EXECUTION
3.01 STORAGE FACILITIES
A. Provide a weatherproof temporary storage building
specifically for the purpose of providing for protection
of products and equipment. Size building to accommodate
anticipated storage items. Provide methods of storage of
products and equipment off the ground. Equip building
with lockable doors and lighting, and provide electrical
service for equipment space heaters and heating or
ventilation as necessary to provide storage environments
acceptable to specified manufacturers. Provide this
structure within 60 days after Notice to Proceed. Locate
building on -site where shown on the Drawings or in
location approved by Engineer. Remove -building from site
prior to startup and demonstration period.
3.02 FIELD QUALITY CONTROL
A. Inspect all products or equipment delivered to the site
prior to unloading. Reject all products or equipment that
are damaged, used, or in any other way unsatisfactory for
use on Project.
B. Monitor storage area to ensure suitable temperature and
moisture conditions are maintained.
END OF SECTION
01
02
03
04
05
06'
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
City of Lubbock, Municipal Water Treatment - Contract 2 '
01640-1
01
91k07 SECTION 01640
02
03
PRODUCT SUBSTITUTIONS
04
05
06
PART 1 - GENERAL
07
08
1.01 SUMMARY
09
10
A. General work included in this Section:
11
1. The procedure for requesting substitution approval for
12
a product which is defined in the Contract Documents
13
by using a manufacturer's or vendor's name, trade
14
name, catalog number or other specific reference.
15
r
16
B. Related Sections include but are not necessarily limited
{
17
to:
18
1. Division 1.
19
20
C. Requests for Substitution - General:
21
1. Base all bids on materials, equipment, and procedures
22
specified.
Cr
23
2. Certain types of equipment and kinds of material are
24
described in specifications by means of trade names
`
25
and catalog numbers and/or manufacturer's names.
26
Where this occurs, used, it is not intended to exclude
27
from consideration such type of equipment bearing
28
other trade names, catalog numbers and/or
29
manufacturer's names, capable of accomplishing the
30
same tasks as the types of equipment or kinds of
31
material specifically indicated.
32
3. Other types of equipment and kinds of material may be
33
acceptable to Owner and Engineer.
34
4. Types of equipment, kinds of material and methods of
35
construction, if not specifically indicated must be
36
approved in writing by Engineer and agreed upon by
37
owner prior to letting of Contract.
38
39
D. Before Submission of Proposals:
�•►
40
1. Bidder may request substitution of Product at Bidder's
k
41
option.
r
42
2. Requests must be received by Engineer at least 14
43
calendar days prior to bid date. Requests received
44
after that time will not be considered.
45
3. No substitution permitted after letting of Contract,
46
except as indicated herein.
47
E
48
E. After Award of Contract:
49
1. Contractor may request substitution of Product only
50
due to non -availability of specified Product, due to
51
strike, lockout, bankruptcy, discontinuancy of
52
production, proven shortage, or similar occurrence.
53
City of Lubbock, Municipal Water Treatment - Contract 2
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
01640-2
1.02 QUALITY ASSURANCE
A. In making request for substitution or in using an approved
product, Contractor represents:
1. He has investigated proposed product, and has
determined that it is equal or superior in all
respects to that specified, and that it will perform
function for which it is intended.
2. He will provide same guarantee for substitute item as
for product specified.
3. He will coordinate installation of accepted
substitution into work, to include building
modifications if necessary, making such changes as may
be required for work to be complete in all respects.
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. Written requests through Contractor only.
B. Transmittal Mechanics:
1. Follow the transmittal mechanics prescribed for shop
drawings in Section 01340.
2. Utilize the REQUEST FOR PRODUCT SUBSTITUTION Form,
Exhibit A, attached to this Section to transmit all
request.
C. Submit original plus two copies of request for
substitution containing the following:
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.
City of Lubbock,,Municipal Water Treatment,.- Contract 2
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
r
.•r
4
01
02
03
` 04
05
PM
06
07
08
N 09
10
11
r 12
13
14
15
�-- 16
17
18
19
20
21
22
t— 23
24
25
26
27
28
29
r" 30
j 31
32
,.. 33
34
35
36
37
38
39
r 40
41
42
43
r 44
45
46
r- 47
48
49
50
51
52
53
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. Accurate cost data on proposed substitution in
comparison with product or method specified.
B. Samples:
1. Submit if specifically requested by Engineer. Full
size samples may be required.
2. Held until substantial completion.
3. Engineer not responsible for loss or damage to
samples.
C. Submit requests to:
HDR Engineering, Inc.
12700 Hillcrest Road
Suite 125
Dallas, Texas 75230
Attention: Dave Besinger
1.05 APPROVAL OR REJECTION
A. Written approval or rejection of substitution given by the
Engineer.
1. An Addenda listing approved substitutions will be
published for substitution requested in accordance
with 1.01 D of this specification. No verbal or
written approvals other than by Addenda will be valid.
2. Written approval or rejection of a substitution
requested by the Contractor due to the conditions
described in 1.01 E will be approved by the Engineer.
B. Engineer reserves the right to require proposed product to
comply with color and pattern of specified product if
necessary to secure design intent.
C. In event a substitution as approved due to conditions
described in 1.01 E of this specification results in a
change of Contract price or time, provisions in General
Conditions will be applied for adjustment.
D. Substitutions will be rejected if:
1. Submittal is not through the Contractor with his stamp
of approval.
2. Requests are not made in accordance with this Section.
3. In the Engineer's opinion, acceptance will require
substantial revision of the original design.
4. In the Engineer's opinion, substitution is not equal
to original product specified or will not perform
adequately the function for which it was intended.
City of Lubbock, Municipal Water Treatment - Contract 2
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
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01640-4
O1 01
02 E. After written approval, Contractor'shall follow shop 02
03 drawing procedures defined in Section 01340.03
04 04
05 END OF SECTION 05
City of Lubbock, Municipal Water Treatment - Contract 2
01650-1
`
01
91G10
SECTION 01650
01
02
02
t
03
STARTUP
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. Procedures and actions, required of the Contractor,
11
12
which are necessary to achieve and demonstrate
12
13
Substantial Completion.
13
14
2. Requirements for Substantial Completion Submittals.
14
15
15
«-
16
1.02
DEFINITIONS
16
17
17
18
A.
Pre -Demonstration Period: The period of time, of
18
19
unspecified duration after initial construction and
19
r`
20
installation activities during which Contractor, with
20
21
assistance from manufacturer's representatives, performs
21
22
in the following sequence:
22
�--
23
1. Equipment startup.
23
24
2. Personnel training.
24
25
25
26
B.
Demonstration Period: A period of time, of specified
26
f"
27
duration, following the Pre -Demonstration Period, during
27
a
28
which the Contractor initiates process flow through the
28
29
facility and starts .up and operates the Project
29
30
components, without exceeding specified downtime
30
31
limitations, to prove the functional integrity of the
31
32
mechanical, electrical and control interfaces of the
32
33
respective equipment and components comprising the
33
34
facility as evidence of Substantial Completion.
34
35
35
36
1.03
SUBMITTALS
36
37
37
38
A.
Submit in the chronological order listed below prior to
38
`
39
the completion of the Pre -Demonstration Period.
39
r
40
1. Master operation and maintenance training schedule:
40
41
a. Submit 30 days (minimum) prior to first training
41
42
session for Owner's personnel.
42
43
b. Schedule to include: 1) Target date and time for
43
r"
44
Owner witnessing of each system initial start-up.
44
45
2) Target date and time for Operation and
45
46
Maintenance training for each system, both field
46
��..
47
and classroom. 3) Target date for initiation of
47
E
48
Demonstration Period.
48
49
c. Schedule to be reviewed for approval by Owner.
49
50
d. Schedule shall accommodate holidays observed by
50
r`
51
the Owner.
51
4
52
e. Attend a schedule planning and coordination
52
53
meeting 90 calendar days prior to first
53
City of Lubbock, Muncipal Water Treatment - Contract 2
7.
01650-2
01
anticipated training .session. 1) Provide a status
O1
02
report and schedule -to -complete for requirements
02
03
prerequisite to manufacturer's training. 2)
03
04
Identify initial target dates for individual
04
05
manufacturer's training sessions.
05
06
f. Owner reserves the right to insist on a minimum 7
06
07
days' notice of rescheduled training session not
07
08
conducted on master schedule target date for any
08
09
reason.
09
10
g. Schedule to be resubmitted until approved.,
10
11
2. Substantial Completion Submittal:
11
12
a. Contractor's Notice of Substantial Completion and
12
13
Request for Inspection.
13
14
b. Approved Operation and Maintenance manuals
14
15
received by Engineer minimum 1 week prior to
15
16
scheduled training.
16
17
c. Written request for Owner to witness each system
17
18
pre -demonstration startup. Request to be received
18
19
by Owner minimum 1 week before scheduled training
19
20
of Owner's personnel onthatsystem.
20
21
d. Equipment installation and pre -demonstration
21
22
startup certifications.
22
23
e. Letter verifying completion of all
23
24
pre -demonstration startup activities including
24
25
receipt of all specified items from manufacturers'
25
26
or suppliers as final item prior to initiation of
26
27
Demonstration Period.
'27
28
28
29
1.04 FACILITY STARTUP
29
30
30
31
A. Contractor to pay all costs associated with Facility
31
32
Startup.
32
33
33
34
34
35
PART 2 - PRODUCTS - (NOT APPLICABLE TO THIS SECTION)
35
36
36
37
37
38
PART 3 - EXECUTION
38
39
39
40
3.01 GENERAL
40
41
41
42
A. Facility Startup Divided into Two Periods:
42
43
1. Pre -Demonstration Period:
43
44
a. Finishing type construction work to bring Project -
44
45
to a state of Substantial Completion.
45
46
b. Equipment Startup.
46
47
c. Personnel.training.
47
48
2. Demonstration Period:
48
49
a. Demonstration of functional integrity of facility.
49
50
50
51
3.02 PRE -DEMONSTRATION PERIOD
51
52
52
53
A. Equipment Startup:
53
City of Lubbock, Muncipal Water Treatment - Contract 2
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
1. Requirements for individual items'of equipment are
included in Divisions 2 through 16'of these
Specifications.
2. During Equipment Startup, Contractor will prepare the
equipment so it will operate properly and safely and
be ready to demonstrate functional integrity during.
the Demonstration Period.
3. Procedures include but are not necessary limited to
the following:'
a. Test or check and correct deficiencies of: 1)
Power, control, and monitoring circuits for
continuity prior to connection to power source.
2) Voltage of all circuits. 3) Phase sequence.
4) Cleanliness of connecting piping systems. 5)
Alignment of connected machinery. 6) Vacuum and
pressure of all closed systems. 7) Lubrication.
8) Valve orientation and position status for
manual operating mode. 9) Tankage for integrity
using clean water. 10) Pumping equipment using
clean water. 11) Instrumentation and control
signal generation, transmission, reception, and
response. See Section 13440. 12) Tagging and
identification systems. 13) All equipment:
Proper connections, alignment, calibration and
adjustment.
b. Calibrate all safety equipment.
c. Manually rotate or move moving parts to assure
freedom of movement.
d. "Bump" start electric motors to verify proper
rotation.
e. Perform other tests, checks, and activities
required to make the equipment ready for
Demonstration Period.
f. Documentation: 1) Prepare a log showing each
equipment item subject to this paragraph and
listing what is to be accomplished during
Equipment Startup. Provide a place for the
Contractor to record date and person accomplishing
required work. Submit completed document before
requesting inspection for Substantial Completion
certification.,
4. Obtain unqualified certifications and deliver to
Engineer:
a. Manufacturer's equipment installation check
letters.
b. Instrumentation Supplier's Instrumentation
Commissioning Report.
B. Personnel Training:
1. See individual equipment specification sections.
2. Conduct all personnel training after completion of
Equipment Startup for the equipment for which training
is being conducted.
City of Lubbock, Muncipal Water Treatment - Contract 2
01650-3
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
t"
01650-4
a. Personnel training on individual equipment or,
systems will not be considered completed unless:
1) All pretraining deliverables are received and
approved before commencement of training on the
individual equipment or system. 2) No system
malfunctions occur during training. 3) All
provisions of field and classroom training
specifications are -met.
b. Training not in compliance with the above will be
performed again in its entirety by the
manufacturer at no additional cost to Owner.'
3. Field and classroom training requirements:
a. Hold classroom training on -site.
b. Notify each manufacturer specified for on -site
training of the requirement for video record
sessions. Each training session shall be
organized in a format compatible with video '
recording. °
c. Training instructor: Factory trained and familiar
with giving both classroom and "hands-on"
instructions.
d. Training instructors shall be at classes on time.
Session beginning and ending times to be
coordinated with the Owner and indicated on the
master schedule. Normal time lengths for class
periods can vary, but brief rest breaks should be
scheduled and taken.'
e. Organize training sessions into maintenance verses
operation topics and identify on schedule.
f. Plan for minimum class attendance of 10 people at
each session and provide sufficient classroom
materials, samples, and handouts for those in
attendance.
g. Instructors to have a.typed agenda and well..
prepared instructional material. The use of
visual aids, e.g., films, pictures, and slides is
recommended for use during the classroom training
programs. Deliver agendas to the Engineer a
minimum of 7 days prior to the classroom training.
Provide equipment required for presentation of
films, slides, and other visual aids.
h. The on -site training sessions shall cover the
information required in the Operation and
Maintenance manuals submitted according to Section
01340 and the following areas.
1) Operation of equipment.
2) Lubrication of equipment.
3) Maintenance and repair of equipment.
4) Troubleshooting of equipment.
5) Preventive maintenance procedures.
6) Adjustments to equipment.
7) Inventory of spare parts.
8) Optimizing equipment performance.
City of Lubbock, Muncipal Water Treatment - Contract 2
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
01650-5
01
9) Capabilities.
01
02
10) Operational safety.
02
03
11) Emergency situation response.
03
04
12) Takedown procedures (disassembly and assembly).
04
05
i. Address paragraphs h.l), h.2), h.8), h.9), h.10),
05
06
and h.11) in the operation sessions. Address
06
07
paragraphs h.3), h.4), h.5), h.6), h.7), and h.12)
07
08
in the maintenance sessions.
08
09
J. Maintain a log of classroom training provided
09
„
10
including: Instructors, topics, dates, time, and
10
11
attendance.
11
12
12
r-
13
C. Substantial Completion of Project:
13
14
1. Complete the work.
14
15
2. Complete the equipment startup.
15
16
3. Complete the personnel training.
16
17
4. Complete the required submittals.
17
18
5. Contractor's Notice of Substantial Completion and
18
19
Request for Inspection.
19
20
a. When Contractor considers the Work of this Project
20
l
21
has reached Substantial Completion, submit
21
22
"Contractor's Notice of Substantial Completion and
22
r.,
23
Request for Inspection."
23
24
b. Engineer will review required submittals for
24
25
completeness within 10 calendar days of
25
26
Contractor's notice. If complete, Engineer will
26
27
complete inspection of the Work, within 10
27-
':
28
calendar days of Contractor's notice.
28
29
c. Engineer will inform Contractor in writing of the
29
r..
30
status of the Work reviewed, within 14 calendar
30
31
days of Contractor's notice. 1) Work determined
31
32
not meeting state of Substantial Completion: a)
32
33
Contractor: Correct deficiencies noted or submit
33
r
34
plan of action for correction within 5 days of
34
35
Engineer's determination. b) Engineer: Reinspect
35
36
work within 5 days of Contractor's notice of
36
�.»
37
correction of deficiencies. 2) Work determined to
37
38
be in state of tentative Substantial Completion:
38
`
39
Engineer to prepare tentative "Engineer's
39
40
Certificate of Substantial Completion."
40
41
6. Engineer's Certificate of Substantial Completion:
41
42
a. Issued subject to successful Demonstration of
42
43
functional integrity.
43
r-�
44
b. Issued for Project as a whole.
44
45
c. Issued subject to completion or correction of
45
46
items cited in the certificate (Punch List).
46
47
d. Issued with responsibilities of Owner and
47
r-,
48
Contractor cited.
48
49
e. Executed by Engineer.
49
50
f. Accepted by Owner.
50
r
51
g. Accepted by Contractor.
51
52
h. Upon successful completion of Demonstration
52.
`
53
Period, Engineer will endorse certificate
53
d
City of Lubbock, Muncipal Water Treatment - Contract 2
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
01650-6
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.
6. Owner will provide operational personnel to provide
process decisions affecting plant performance.
Owner's assistance will be available only for process
decisions. Contractor will perform all other
functions including but not limited to equipment
operation and maintenance until successful completion
of the Demonstration Period.
7. Throughout the Demonstration Period, provide
knowledgeable personnel to answer Owner's questions
and to respond to any system problems or failures
which may occur.
City of Lubbock, Muncipal Water Treatment - Contract 2
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
01650-7
O1 END OF SECTION
City of Lubbock, Muncipal Water Treatment - Contract 2
O1
(THIS PAGE LEFT BLANK INTENTIONALLY)
01700-1
01
02
03
SECTION 01700
04
05
CONTRACT CLOSEOUT
�-`
06
07
08
PART 1
- ADMINISTRATIVE PROCEDURES
r
09
10
1.01
GENERAL
11
12
A.
Comply with requirements stated in Contract Forms,
13
Contract Requirements, and General Requirements, and in
14
Specifications for administrative procedures in closing
15
out the Work.
r
16
4
17
1.02
SUBSTANTIAL COMPLETION
18
19
A.
See General Conditions.
pal
20
f
21
1.03
FINAL INSPECTION
22
23
A.
When Contractor considers the Work is complete, he shall
r
24
submit written certification that:
25
1. Contract Documents have been reviewed.
26
2. Work has been inspected for compliance with Contract
P„
27
Documents.
28
3. Work has been completed in accordance with Contract
29
Documents.
POO
30
4. Equipment and systems have been tested in the presence
l
31
of Owner's representative and are operational.
32
5. Work is completed and 'ready for final inspection.
7
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.
37
38
C.
Should Engineer Consider That the Work is Incomplete or
39
Defective.
r..
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
i
52
53
A.
Should Engineer and Owner perform reinspections due to
r
City of Lubbock, Municipal Water Treatment - Contract 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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
A.
Project Record Documents.
11
12
B.
Operating and Maintenance Data, Instructions to Owner's'
13
Personnel: As specified in Section 01340.
14
15
C.
Spare Parts and Maintenance Materials: As specified in
16
the individual Specification sections and herein.
17
18
D.
Evidence of Payment and Release of Liens: As specified in
19
the General and Supplementary Conditions.
20
21
E.
Two Copies of Each Specified Special Bond, Warranty, and
22
Service Contract.
23
24
1.06
FINAL ADJUSTMENTS OF ACCOUNTS
25
26
A.
Submit a Final Statement of Accounting to Engineer.
27
28
B.
Statement Shall Reflect All Adjustments to the Contract
29
Sum.
30
1. The original Contract Sum.
31
2. Additions and deductions resulting from:
32
a. Previous Change Orders.
33
b. Deductions for uncorrected Work.
34
c. Deductions for liquidated damages.
35
d. Deductions for reinspection payments.
36
e. Other adjustments.
37
3. Total Contract Sum, as adjusted.
38
4. Previous payments.
39
5. Sum remaining due.
40
41
1.07
FINAL APPLICATION FOR PAYMENT
42
43'
A.
Contractor shall submit the final Application for Payment
44
in accordance with procedures and requirements stated in
45
the Conditions of the Contract and those specified below.
46
47
B.
Upon receipt of Final Application for Payment, if the
48
document is correct and complete, the Engineer will notify
49
the Owner that the Final Application for Payment has been
50
reviewed; the Owner, through its Council, will publish
51
notice for claim which will require up to 50 days. If no
52
claims are received and all other conditions are met, the ,
53
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 2
01700-3
01
days of the expiration date for receipt of claims.
02
03
04
PART 2
- RECORD DOCUMENTS
05
06
2.01
GENERAL
07
08
A.
Maintain at Project Site for Owner One Record Copy of:
09
1. Drawings.
10
2. Specifications.
11
3. Addenda.
12
4. Change Orders and other modifications to the Contract.
13
5. Engineer's Field Orders or written instructions.
14
6. Approved Shop Drawings and Product Data.
15
7. Field test records.
16
S. Construction photographs.
17
18
2.02
MAINTENANCE OF DOCUMENTS AND SAMPLES
19
20
A.
Store documents and samples in Contractor's field office
21
apart from documents used for construction.
22
1. Provide files and racks for storage of documents.
23
2. Provide locked cabinet or secure storage space for
24
storage of samples.
25
26
B.
File documents and samples in accordance with Data Filing
27
Format of the Uniform Construction Index.
28
29
C.
Maintain documents in a clean, dry, legible condition and
30
in good order. Do not use record documents for
31
construction purposes.
32
33
D.
Make documents and samples available at .all times for
34
inspection by Engineer.
35
36
2.03
MARKING DEVICES
37
38
A.
Provide felt-tip marking pens for recording information in
39
the color code designated by Engineer.
40
41
2.04
RECORDING
42
43
A.
Label Each Document "Project Record" in Neat Large Printed
44
Letters.
45
46
B.
Record Information Concurrently With Construction
47
Progress.
48
1. Do not conceal any Work until required information is
49
recorded.
50
51
C.
Drawings: Legibly mark to record actual construction.
52
1. Depths of various elements of foundation in relation
53
to finished first floor data.
City of Lubbock, Municipal Water Treatment Contract 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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.
01700-4
O1
2. Horizontal and vertical locations of underground
02
utilities and appurtenances referenced to permanent
03
surface improvements.
04
3. Location of internal utilities and appurtenances
05
concealed in the construction referenced to visible
06
and accessible features of the structure.
07
4. Field changes of dimension and detail.
08
5. Changes made by Field Order or by Change Order.
09
6. Details not on original Contract Drawings.
10
11
D.
Specifications and Addenda: Legibly mark each section to
12
record.
13
1. Manufacture, trade name, catalog number, and supplier
14
of each product and item of equipment actually
15
installed.
16
2. Changes made by Field Order or by Change Order.
17
18
2.05
SUBMITTAL
19
20
A.
At Contract Closeout, Deliver Record.Documents to Engineer
21
for Owner.
22
23
B.
Accompany Submittal with Transmittal Letter in Duplicate,
24
Containing:
25
1. Date.
26
2. Project title and number.
27
3. Contractor's name and address.
28
4. Title and number of each Record Document.
29
5. Signature of Contractor or his authorized
30
representative.
31
32
33
PART 3
- SPARE PARTS AND MAINTENANCE MATERIALS
34
35
3.01
GENERAL
36
37
A.
Provide spare parts, maintenance materials, and special
38
tools as specified in the individual Specification
39
sections.
40
41
B.
Store the Items in a Clean, Dry, Heated Storage Shed or
42
Bonded Warehouse.
43
44
C.
Protect All Items from Damage During Storage.
45
46
3.02
DELIVERY TO OWNER
47
48
A.
At or prior to the time of the inspection for Substantial
49
Completion deliver all required items to Owner at the
50
place on the site designated by Owner.
51
1. Contractor and representatives of Owner and Engineer
52
shall inspect and inventory all items delivered.
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
City of Lubbock, Municipal Water Treatment - Contract 2
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
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 2
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
r
No Text
01710-1
01
91F13
SECTION 01710
02
03
CLEANING
04
05
r`
06
PART
1 - GENERAL
07
08
1.01
SUMMARY
09
10
A.
Section Includes:
11
1. Intermediate and final cleaning of Work not including
12
special cleaning of closed systems specified elsewhere.
13
14
B.
Related Sections include but are not necessarily limited 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
STORAGE AND HANDLING
r"
20
1.
21
A.
Store cleaning products and cleaning wastes in containers
22
specifically designed for those materials.
n
23
24
1.03
SCHEDULING
25
26
A.
Schedule cleaning operations so that dust and other
27
contaminants disturbed by cleaning process will not fall on
28
newly painted surfaces.
29
r
30
31
PART
2 - PRODUCTS
32
2.01
MATERIALS
333
4
35
A.
Cleaning Agents:
36
1. Compatible with surface being cleaned.
37
2. New and uncontaminated.
38
3. For Manufactured Surfaces: Material recommended by
39
manufacturer.
40
41
42
PART
3 - EXECUTION
43
44
3.01
CLEANING - GENERAL
45
46
A.
Prevent accumulation of wastes that create hazardous
47
conditions.
48
49
B._
Conduct cleaning and disposal operations to comply with laws
50
and safety orders of governing authorities.
r
r
51
52
C.
Do not dispose of volatile wastes such as mineral spirits,
53
oil, or paint thinner in storm or sanitary drains or sewers.
City of Lubbock, Municipal Water Treatment - Contract 2.
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
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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 to areas
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 2
01710-3
t
01
3. Wipe all lighting fixture reflectors, lenses, lamps and
01
r..
02
trims clean.
02
w
03
4. Wash and shine glazing and mirrors.
03
04
5. Polish glossy surfaces to a clear shine.
04
05
6. Ventilating systems:
05
r"
06
a. Clean permanent filters and replace disposable
06
07
filters if units were operated during construction.
07
08
b. Clean ducts, blowers and coils if units were operated
08
r-
09
without filters during construction.
09
10
1. Replace all burned out lamps.
10
`
11
8. Broom clean process area floors.
11
12
9. Mop office and control room floors.
12
14
3.03
EXTERIOR (SITE) CLEANING
14
15
15
r
16
A.
Cleaning During Construction:
16
17
1. Construction debris:
11
18
a. Confine in strategically located container(s):
18
�.,
19
1) Cover to prevent blowing by wind.
19
20
2) Haul from site minimum once a week.
20
21
b. Remove from work area to container daily.
21
22
2. Vegetation:
22
23
a. Keep weeds and other vegetation trimmed to 3 IN
23
24
maximum height.
24
25
3. Soils, sand, and gravel deposited on paved areas and
25
,..,
26
walks:
26
27
a. Remove as required to prevent muddy or dusty
27
28
conditions.
28
29
b. Do not flush -into storm sewer system.
29
30
30
31
B.
Final Cleaning:
31
32
1. Remove trash and debris containers from site:
32
r-
33
a. Re -seed areas disturbed by location of trash and
33
34
debris containers.
34
`
35
2. Clean paved roadways.
35
36
36
r„
37
3.04
FIELD QUALITY CONTROL
37
38
38
39
A.
Immediately prior to Demonstration Period, conduct an
39
r-
40
inspection with Engineer to verify condition of all work
40
41
areas.
41
42
42
43
END OF SECTION
43
City of Lubbock, Municipal Water Treatment - Contract 2
I
(THIS PAGE LEFT BLANK INTENTIONALLY)
01800-1
Y
01
91F19
SECTION 01800
02
j�
03
OPENINGS AND PENETRATIONS IN CONSTRUCTION
04
05
06
PART 1
- GENERAL
07
08
1.01
SUMMARY
r..
09
10
A.
Section Includes:
11
1. Openings and penetrations in construction.
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 07900 - Joint Sealants.
18
4. Section 09905 - Painting and Protective Coatings.
19
20
1.02
QUALITY ASSURANCE
21
22
A.
Referenced Standards:
{-
23
1. American Concrete Institute (ACI):
24
a. 318, Building Code Requirements for Reinforced
25
Concrete.
26
2. American Society for Testing and Materials (ASTM):
27
a. A53, Standard Specification for Pipe, Steel, Black
°
28
and Hot -Dipped, Zinc -Coated Welded and Seamless.
29
3. National Fire Protection Association (NFPA):
r
30
a. 70, National Electrical Code (NEC)
I
31
b. 90A, Standard for Installation of Air Conditioning
'
32
and Ventilating Systems.
r-
33
4. Sheet Metal and Air Conditioning Contractors National
34
Association, Inc.(SMACNA).
f
35
36
B.
Miscellaneous:
37
1. Furnish to subcontractors complete information concerning
t
38
location and placement of openings and penetrations for
39
inclusion in the shop drawings. Show coordination with
40
work of all other trades.
41
2. When any opening larger than 10 IN must be made in a
42
completed structure, secure Engineer approval before
43
starting work.
44
�..
45
1.03
SUBMITTALS
46
t"
47
A.
Shop Drawings:
48
1. See Section 01340.
49
2. Scaled or dimensioned drawings showing location of all
50
openings with schedule showing size and method to be used
51
for making opening.
+'
52
3. Details of required seals verifying compliance of methods
53
and materials.
City of Lubbock, Municipal Water Treatment - Contract 2
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
01800-2
01
02
03
PART 2
- PRODUCTS
04
05
2.01
MATERIALS
06
07
A.
Steel Pipe Sleeves: ASTM A53, Schedule 40, black.
08
09
B.
Backing Rod and Sealant: See Section 07900.
10
11
12
PART 3
- EXECUTION
13
14
3.01
OPENING AND PENETRATIONS - GENERAL
15
16
A.
Set sleeves with ends flush with finished surfaces, unless
17
otherwise specified or indicated on Drawings.
18
19
B.
Where pipes or ducts pass through floors in locations where
20
floors can be washed or wetted, set sleeves with top 4 IN
21
above finish floors.
22
23
C.
For insulated piping or ducts, sizesleeves large enough to
24
accommodate full thickness of insulation.
25
26
D.
Set sleeves or framed openings in advance. in order to avoid
27
conflict with other trades.
28
-
29
E.
Existing Cast -In -Place Concrete Construction:
30
1. Do not cut into nor core drill any beams,. joists or
31
columns,
32
2. Do not install sleeves in beams, joists, or columns.
33
3. Do not install recesses in beams, joists, columns or
34
slabs.
35
4. Installation methods:
36
a. Saw or core drill with non impact type equipment.
37
b. Mark opening and drill"small 3/4 IN or/less holes
38
through structure following opening outline.
39
c. Sawcut opening outline on both surfaces then knock
40
out within sawcuts using impact type equipment using
41
extreme caution not to chip or spall face of surface
42
to remain intact.
43
44 F. Where alterations are necessary or where new and old work
45 join, restore adjacent surfaces to their condition existing
46 prior to start of work.
47
48 G. Hot dip galvanize (or paint in accordance with Section 09905)
49 all steel sleeves installed.
50
51 H. Install sleeves and pipes in accordance with ACI 318, Chapter
52 Chapter 6.'
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
City of Lubbock, Municipal Water Treatment - Contract 2
I
i
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01800-3
I. Install electrical conduit in accordance with NFPA 70,
Article 501.
3.02 GENERAL SCHEDULE OF PENETRATIONS THROUGH FLOORS, ROOFS,
FOUNDATION BASE SLABS, FOUNDATION WALLS, FOUNDATION FOOTINGS,
PARTITIONS AND WALLS FOR PIPING AND CONDUIT
A. Provide openings and penetrations in construction where shown
on Drawings and as described in following listing:
Type A - Block out 1 IN larger than outside dimensions of
pipe, or conduits (for multiple conduit
assemblies). Dimension to allow for insulation
to pass through opening where insulation is
required.
Type 8 - Steel pipe sleeve with wall anchor.
Type C - 12 GA sheet metal sleeve with welded seams integrally
incorporated into construction.
Type D - Commercial type casting wall sleeve.
Type E - Steel pipe sleeve with (combination anchor and water
stop plate) .
Type F - Cast -in -place pipe or conduit.
Type G - Cast -in -place with (combination anchor and water
stop plate) welded to pipe or ductwork.
Type H - Core drill after structure is in place.
B. Provide seals of material and method described as follows
unless otherwise noted on Drawings. Assure seal material and
method are compatible with location and service of seal.
Install backer rods and sealant inside annulus of sleeves as
specified.
Category 1 - Link -Seal
Category 2 - Lead and Oakum
Category 4 - Backer rod and sealant.
Category 5 - Backer rod and sealant with escutcheons on
both sides of opening.
Category 9 - Refer to Section 07534 roofing and Drawings.
Category 10 - Fire rated sealant.
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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 2
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
01800-4
Category 11 - Conduit seals.
C. Subject to compliance
with Contract Documents, furnish
openings and sealing
material
in full
accordance with
Drawings and the
following schedule:
OPENING
SEALING MATERIAL
LOCATION
MEDIA
TYPE
CATEGORY
Through floors
Pipes
C
4
with bottom side
a hazardous area
Conduits
F
11
Through floors
Pipes
F
Not require
on grade above
water table
Conduits
F,A,C,
4 w/opening A or C
Through walls
Pipe
D or E
1 or 2
where one side is
a hazardous area
Conduit
F
11
Through exterior
Pipe
D or E
1 or 2
wall below grade
Conduits
F
Not required
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
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
48
49
50
51
City of Lubbock, Municipal Water Treatment - Contract 2
No Text
(THIS PAGE LEFT BLANK INTENTIONALLY)
PW
i
r
a
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
91HOl SECTION 02072
DEMOLITION, CUTTING AND PATCHING
PART 1 - GENERAL
1.01 SUMMARY
A. Section Includes:
1. Demolition, cutting and patching.
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 02200 - Earthwork.
4. Section 03348 - Concrete Finishing and Repair of Surface
Defects.
5. Section 09905 - Painting and Protective Coatings.
1.02 QUALITY ASSURANCE
A. Qualifications:
1. Use only firms or individual trades qualified to perform
work required under this Section.
1.03 DELIVERY, STORAGE, AND HANDLING
A. General:
1. Salvage items, designated for Owner's salvage, as a unit.
Clean, list, tag for storage. Protect from damage and
deliver to location designated. Salvage each item with
auxiliary or associated equipment required for operation.
1.04 SITE CONDITIONS
A. Perform preliminary investigations as required.to ascertain
extent of work. Conditions which would be apparent by such
investigation will not'be allowed as cause for claims for
extra costs.
B. Contractor shall have full responsibility for any and all
damages to existing facilities.
C. Take any necessary photographs of existing facilities/
construction to verify existing conditions.
D. File a report to the Owner listing any existing damage prior
to commencement of work.
1.05 SEQUENCING AND SCHEDULING
City of Lubbock, Municipal Water Treatment Contract 2
02072-1
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
02072-2
A.
Coordinate and reschedule work as required to preclude
01
interference with other operations and maintain continuous
02
uninterrupted operation of 'the existing facilities.
03
04
1.06
PERMITS
05
06
A.
Obtain and pay for all permits required by all authorities
07
having jurisdiction and notify all involved utility
08
companies.
09
10
B.
Obtain approval of authorities having jurisdiction for any
11
work which affects access to or exit from such areas. Obtain
12
approval of 'authorities for any temporary construction which
13
affects such areas.
14
15
16
PART
2 - PRODUCTS
17
18
2.01
ACCEPTABLE MANUFACTURERS
19
20
A.
Subject to compliance with the Contract Documents, the
21
following Manufacturers are acceptable:
22
1. Nonshrink grout:
23
a. Supreme Grout by Gifford Hill.
24
b. Masterflow 713 by Master Builders`.•
25
2. Epoxy bonding adhesive:
26
a. Euco No.452 MV by Euclid Chemical Co.
27
b. Sikadur 32, Hi -Mod by Sika Corporation.
28
29
2.02
MATERIALS
30
31
A.
Temporary Partitions:
32
1. Plywood: 1/2 IN minimum CDX grade for interior or
33
exterior use.
34
2. Paneling: 1/4 IN minimum for interior use.
35
36
B.
Nonshrink Grout:
37
1. Nonmetallic, noncorrosive and nonstaining.
38
2. Premixed with only water to be added in accordance with
39
manufacturer's instructions at jobsite.
40
3. Grout to produce a positive but controlled expansion.
41
Mass expansion not to be created by gas liberation or by
42
other means.
43
4. Minimum compressive strength at 28 days to be 6500 psi.
44
5. Coat exposed edges of grout with a cure/seal compound
45
recommended by grout manufacturer.
46
47
C.
Epoxy Bonding Adhesive:
48
1. Two component, moisture insensitive adhesive manufactured
49
for the purpose of bonding fresh concrete to hardened
50
concrete.
51
52
53
City of Lubbock, Municipal Water Treatment - Contract 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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
B
L
PART 3 - EXECUTION
3.01 PREPARATION
A. Provide temporary partitions as required in public areas.
1. Construct partitions of braced plywood in exterior areas.
2. Adequately braced paneling may be used in interior areas.
B. Provide covered passageways where necessary to ensure safe
passage of persons in or near areas of work.
C. Provide substantial barricades and safety lights as required.
D. Provide temporary dustproof partitions where indicated or
necessary.
1. Prevent infiltration of dust into occupied areas.
E. Provide temporary weather protection as necessary.
3.02 INSTALLATION
A. Cutting and Removal:
1. Remove existing work indicated to be removed, or as
necessary for installation of new work.
2. Neatly cut and remove materials, and prepare all openings
to receive new work.
3. Remove masonry or concrete in small sections.
4. Removal and salvage of any item of equipment shall
include all accessories, piping, wiring, supports,
electrical starters and devices, fixtures, baseplates and
frames.
5. Existing underground and above -grade piping:
a. Cut, remove, abandon, disconnect, and/or salvage as
specified.
b. Remove lines that interfere with new construction and
plug outside of building line.
c. Plug open ends of abandoned lines with minimum of 12
IN thick concrete.
6. Pavement removal:
a. Remove to existing joints, or sawed to limits
indicated on Drawings or per Engineer's direction in
field.
b. Saw cut depth: Sufficient to avoid disturbing
remaining pavement and provide true butt line between
new and existing pavement.
c. Entrances and curb lines: Remove minimum amount of
pavement to complete transition from new to existing
surface elevations.
B. Modification of Existing Concrete:
I. Where indicated, remove existing concrete and finish
remaining surfaces as specified in Section 03348.
a. Protect remaining concrete from damage.
02072-3
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
1
City of Lubbock, Municipal'Water Treatment Contract 2
02072-4
b. Make openings by sawing through the existing
01
concrete.
02
c. Concrete may be broken out after initial saw cuts in
03
the event concrete thickness prevents cutting
04
through.
05
d. Where sawing is not possible, make openings by
06
drilling holes around perimeter of opening and then
07
chipping out the concrete.
08
1) Holes shall be sufficient in number to prevent
09
damage to remaining concrete.
10
2.
Oversize required openings in existing concrete 1 IN on
11
all sides and build back to required opening size by
12
means of nonshrink grout epoxy bonded to the existing
13
concrete.
14
3.
Where oversized openings cannot be made, remove the
15
concrete to the required opening size and cut back
16
exposed reinforcing flush with concrete.
17
18
C. Matching
and Patching:
19
1.
Walls, ceilings, floors or partitions:
20
a. Repair abutting walls, ceilings, floors or partitions
21
disturbed by removal.
22
b. Match and patch existing construction disturbed
23
during installation of new work.
24
2.
Methods and materials:
25
a. Similar in appearance, and equal in quality to
26
adjacent areas for areas or surfaces being repaired.
27
b. Subject to review of Engineer.
28'
29
D. Salvaged
Items:
30
1.
Thoroughly dry and clean all metal surfaces.
31
2.
Prime all bare metal in accordance with Section 09905.
32
3.
Clean and lubricate motors and other moving parts.
33
4.
Brace motors attached to flexible mountings until
34
reinstallation.
35
5.
Dispose of items or materials not designated for Owner's
36
salvage or reuse. Promptly remove from site.
37
6.
Do not store or sell Contractor salvaged items or
38
materials on site.
39
40
E. Clean Up:
41
1.
Transport debris and legally dispose of off site.
42
43
END OF SECTION
44
City of Lubbock, Municipal Water Treatment - Contract 2
r
02110-1
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
91K08 SECTION 02110
SITE CLEARING
PART 1 - GENERAL
1.01 SUMMARY
A. Section Includes:
1. Site clearing, tree protection, stripping topsoil and
demolition.
B. Related Sections include but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms, and
Conditions of the Contract.
2. Division l - General Requirements.
PART 2 - PRODUCTS - (NOT APPLICABLE TO THIS SECTION)
PART 3 - EXECUTION
3.01 PREPARATION
A. Protect existing trees and other vegetation to remain against
damage.
1. Do not smother trees by stockpiling construction
materials or excavated materials within drip line.
2. Avoid foot or vehicular traffic or parking of vehicles
within drip line.
3. Provide temporary protection as required.
B. Repair or replace trees and vegetation damaged by
construction operations.
1. Repair to be performed by a qualified tree surgeon.
2. Remove trees which cannot be repaired and restore to
full -growth status.
3. Replace with new trees of minimum 4 IN caliper.
C. Owner will obtain authority for removal and alteration work
on adjoining property.
3.02 SITE CLEARING
A. Topsoil Removal:
1. Strip topsoil to depths encountered.
a. Remove heavy growths of grass before stripping.
b. Stop topsoil stripping sufficient distance from such
trees to prevent damage to main root system.
c. Separate from underlying subsoil or objectionable
material.
City of Lubbock, Municipal Water Treatment - Contract 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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
02110-2
O1
2.
Stockpile topsoil where directed'
02
a. Construct'storage piles to freely drain surface
03
water.
04
b. Seed or cover storage piles to prevent erosion.
05
3.
Do not strip topsoil in wooded areas where no change in
06
grade occurs.
07
4.
Borrow topsoil:
08
a. Reasonable free of subsoil, objects over 2 IN DIA,
09
weeds and roots.
10
11
B. Clearing and Grubbing:
12
1.
Clear from within limits of construction all trees not
13
marked to remain.
14
a. Include shrubs, brush, downed timber, rotten wood,
15
heavy growth of grass and weeds, vines, rubbish,
16
structures and debris.
17
2.
Grub (remove) from within limits of construction all
18
stumps, roots, root mats, logs and debris encountered.
19
a. Grubbing under areas to be paved:
20
1) Totally grub.
21
b. Grubbing in lawn areas:
22
1) In cut areas, totally grub.
23
2) In fill areas, where fill is less than 3 FT
24
totally grub ground.
3 h
25 ) W ere fill is 3 FT or more in depth, stumps may
26 be left no higher than 6 IN above existing ground
27 surface.
28
29 C. Disposal of Waste Materials:
30 1. Do not burn combustible materials on site.
31 2. Remove all waste materials from site.
32 3. Do not bury any type organic matter on site.
33
34 3.03 ACCEPTANCE
35
36 A. Upon completion of the site clearing, obtain Engineer's
37 acceptance of the extent of clearing, depth of stripping and
38 rough grade.
39
40 END OF SECTION
City of Lubbock, Municipal Water Treatment - Contract 2
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
r
.
02200-1
01
91K11
SECTION 02200
01
02
02
03
EARTHWORK
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. Earthwork.
11
12
12
13
B.
Related Sections include but are not necessarily limited
13
E
14
to:
14
15
1. Division - Bidding Requirements, Contract Forms, and
15
16
17
Conditions of the Contract.
2. Division 1 - General Requirements.
16
17
18
18
19
1.02
QUALITY ASSURANCE
19
20
20
21
A.
Referenced Standards:
21
22
1. American Society for Testing and Materials (ASTM):
22
23
a. C33, Standard Specification for Concrete
23
24
Aggregates.
24
25
b. D698, Tests for the Moisture Density Relations of
25
26
Soils and Soil Aggregate Mixtures Using a 5.5 LB ,
26
27
Rammer and a 12 IN Drop.
27
28
c.. 01557,-Tests for Moisture Density Relations of
28
29
Soils and Soil Aggregate Mixtures Using a 10 LB
29
30
Hammer and a 18 IN Drop.
30
31
d. D1682, Test Methods for Breaking Load and
31
32
Elongation of Textile Fabrics.
32
33
e. D2487, Classification of Soils for Engineering
33
34
Purposes.
34
35
f. D3786, Test Method for Hydraulic Bursting Strength
35
36
of Knitted Goods and Nonwoven Fabrics: Diaphragm
36
37
Bursting Strength Testing Method.
37
38
g. 04253, Test Methods for Maximum Index Density of
38
39
Soils Using'a Vibratory Table.
39
40
h. 04254, Test Methods for Minimum Index Density of
40
t
41
Soils and Calculation of Relative Density.
41
42
42
43
1.03
SUBMITTALS
43
44
44
45
A.
Shop Drawings:
45
46
1. See Section 01340.
46
�.,
47
2. Product technical data including:
47
48
a. Acknowledgement that products submitted meet
48
49
requirements of standards referenced.
49
50
b. Manufacturer's installation instructions.
50
51
3. Certifications:
51
52
4. Test reports:
52
53
a. Soils inspection and testing results.
53
r
k
City of Lubbock, Municipal Water Treatment - Contract 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29•
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
B. Samples:
1. Submit samples and source of fill and backfill
materials proposed for use.
2. Submit samples and source of borrow materials proposed
for use.
PART 2 - PRODUCTS
2.01 MATERIALS
A. Fill and Backfill:'° Selected material from off site
borrow. Soil shall be classified as a clayey sand,
uniformly blended, with a Plasticity Index (PI) of between
4 and 15.
B. Granular Fill Under Building Floor Slabs -On -Grade:
1. Clean, crushed, nonporous rock, crushed or uncrushed
gravel complying with ASTM C33 gradation size No.67,
3/4 IN to No.4.
C. Vapor Barrier: Refer to Section 07190.
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
01
02
03
04
05.
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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 2
r
01
Contractor.
02
5. Provide full access to public and private premises,
r'
03
fire hydrants, street crossings, sidewalks and other
04
points as designated by Owner to prevent serious
05
interruption of travel.
06
6. Maintain stockpiles and excavations in such a manner
07
to prevent inconvenience or damage to structures on
08
site or on adjoining property.
09
7. Avoid surcharge or excavation procedures which can
10
result in heaving, caving, or slides.
11
12
B. Salvageable Items:
r-
13
1. Carefully remove items to be salvaged, and store on
14
Owner's premises unless otherwise directed.
15
16
C. Dispose of waste materials, legally, off site. Burning,
r,
17
as a means of waste disposal, is not permitted.
18
19
3.02 SITE EXCAVATION AND GRADING
r
20
21
A. The work includes all operations in connection with
22
excavation, borrow, construction of fills and embankments,
23
rough grading, and disposal of excess materials in
24
connection with the preparation of the site(s) for
25
construction of the proposed facilities.
26
27
B. Excavation and Grading:
28
1. Perform as required by the Contract Drawings.
29
a. Contract Drawings may indicate both existing grade
30
and finished grade required for construction of
31
Project. Stake all units, structures, piping,
32
roads, parking areas and walks and establish their
33
elevations. Perform other layout work required.
34
Replace property corner markers to original
35
location if disturbed or destroyed.
36
b. Preparation of ground surface for embankments or
r-
37
fills: Before fill is started, scarify to a
38
minimum depth of 6 IN all proposed embankment and
39
fill areas. Where ground surface is steeper than
40
one vertical to four horizontal, plow surface in a
r
41
manner to bench and break up surface so that fill
42
material will bind with existing surface.
43
c. Protection of finish grade: During construction,
r-
44
shape and drain embankment and excavations.
45
Maintain ditches and drains to provide drainage at
46
all times. Protect graded areas against action of
47
elements prior to acceptance of work. Reestablish
r
48
grade where settlement or erosion occurs.
49
50
C. Borrow:
�^
51
1. Provide necessary amount of approved fill compacted to
Y Pp P
52
density equal to that indicated in this Specification.
53
Include cost of all borrow material in original
City of Lubbock, Municipal Water Treatment - Contract 2
02200-3
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
02200-4
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
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
material in layers greater than 8 IN loose thickness.
Place layers horizontally and compact each layer prior
to .placing additional fill.
3. Compact by sheepsfoot, pneumatic rollers, vibrators,
or by other equipment as required to obtain specified
density. Control moisture for each layer necessary to
meet requirements of compaction.
3.03 ROCK EXCAVATION
A. All rock excavation shall be under one classification.
This classification shall include solid ledge rock in its
natural location that requires systematic quarrying,
drilling and/or blasting for its removal and also boulders
that exceed 1/2 CY in volume.
B. When rock is encountered, strip free of earth. Employ an,
independent surveyor to determine rock qualities before.
removal operation begins.. In computing the volumetric
content of rock excavation for payment, the pay lines
shall be taken as follows:
1. For.structures: 3 FT outside the exterior limits of
foundations and from rock surface to 6 IN below bottom
of foundations.
2. For piping and utilities: A width 18 IN wider than
the outside diameter of the pipe or conduit and from
rock surface to 6 IN below bottom exterior surface of
the pipe or conduit.
3. For paving: 2 FT outside the exterior limits of
paving and from rock surface to 6 IN below bottom of
pavement subbase.
3.04 USE OF EXPLOSIVES
A. Blasting with any type of explosive is prohibited.
3.05 FIELD QUALITY CONTROL
City of Lubbock, Municipal Water Treatment - Contract 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
PM
01
02
03
04
05
06
07
08
09
10
11
12
�^ 13
C 14
15
r, 16
17
18
19
r 20
21
22
23
24
25
26
27
28
29
r• 30
31
32
33
34
35
36
r- 37
I' 38
39
40
41
42
43
r 44
I 45
46
47
48
49
50
51
52
53
k
A. Moisture density relations, to be established.by the
Engineer, required for all materials to be compacted.
B. Extent of compaction testing will be as necessary to
assure compliance with specifications.
C. Give minimum of 24 HR advance notice to Engineer when
ready .for compaction or subgrade testing and inspection.
D. Should any compaction density test or subgrade inspection
fail to meet Specification requirements, perform
corrective work as necessary.
E. Pay for all costs associated with corrective work and
retesting resulting from failing compaction density tests.
3.06 COMPACTION DENSITY REQUIREMENTS
A. Obtain approval from Engineer with regard to suitability
of soils and acceptable subgrade prior to subsequent
operations.
B. Provide dewatering system necessary to successfully
complete compaction and construction requirements.
C. Remove frozen, loose, wet or soft material and replace
with approved material as directed by Engineer.
D. Stabilize subgrade with well graded granular materials as
directed by Engineer.
E. Assure by results of testing that compaction densities
comply with the following requirements:
1. Sitework:
LOCATION
UNDER PAVED AREAS,
SIDEWALKS AND PIPING:
Cohesive Soils
Cohesionless Soils
UNPAVED AREAS:
Cohesive Soils
Cohesionless Soils
COMPACTION DENSITY
------------------
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 D4254
City of Lubbock, Municipal Water Treatment - Contract 2
02200-5
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
02200-6
O1 2. Structures:
02
03 LOCATION COMPACTION DENSITY
04 ------ ------------------
05 Inside of structures
06 under foundations, under
07 equipment support pads,
08 under slabs -on -grade and
09 scarified existing
10 subgrade under fill material 95 percent, ASTM D1557
11
12 Outside structures next
13 to walls, piers, columns
14 and any other structure
15 exterior member 90 percent, ASTM 01557
16
17 3. Specific areas:
18
19 LOCATION COMPACTION DENSITY'
20-------- •-----•----------
21 Outside structures under
22 equipment support foundations 95 percent, ASTM 01557
23
24 Granular fill under base slabs 75 percent relative
25 with pressure relief valves, density per ASTM.D4253
26 and under building floor and D4254
27 slabs -on -grade
28
29 3.07 EXCAVATION, FILLING, AND BACKFILLING FOR STRUCTURES'
30
31 A. General:
32 1. In general, work includes, but is not necessarily
33 limited to, excavation for structures and retaining
34 walls, removal of underground obstructions and
35 undesirable material, backfilling, filling, and fill,
36 backfill, and subgrade compaction.
37 2. Obtain fill and backfill material necessary to produce
38 grades required. Materials and source to be approved
39 by Engineer. Excavated material approved by Engineer
40 may also be used for fill and backfill.
41 3. In this Section of the Specifications, the word
42 "foundations" includes footings, base slabs,
43 foundation walls, mat foundations, grade beams, piers
44 and any other support placed directly on soil.
45 4. In the paragraphs of this Section of the
46 Specifications, the word "soil" also includes any,type
47 of rock subgrade that may be present at or below
48 existing subgrade levels.
49
50 B. Excavation Requirements for Structures:
51 1. General. Do not commence excavation for foundations
52 for structures until:
53 a. Engineer approves:
City of Lubbock, Municipal Water Treatment - Contract 2
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
t
02200-7
i"
01
1) The removal of topsoil and other unsuitable and
01
02
03
undesirable material from existing subgrade.
2) Density,and moisture content of site area
02
03
04
compacted fill material meets requirements of
04
05
specifications.
05
06
3) Site surcharge or mass fill material can be'
06
07
removed from entire construction site or portion
07
08
thereof.
08
09
4) Surcharge or mass fill material has been removed
09
10
from construction area or portions thereof.
10
11
b. Engineer grants,approval to begin excavations.
11
12
2.
Dimensions:
12
r"
13
a. Excavate to elevations and dimensions indicated or
13
14
specified.
14
15
b. Allow additional space as required for
15
r—
16
construction operations and inspection of
16
i
17
foundations.
17
18
3.
Removal of obstructions and undesirable materials in
18
19
excavation includes, but is not necessarily limited
19
r'
20
to, removal of old foundations, existing construction,
20
21
unsuitable subgrade soils, expansive type soils, and
21
22
any other materials which may be concealed beneath
22
23
present grade, as required to execute work indicated
23
24
on Contract Drawings. If undesirable material and
24
25
obstructions are encountered during excavation, remove
25
26
material and replace as directed by Engineer.
26
27
4.
Level off bottoms of excavations to receive
27
l
l
28
foundations, floor slabs, equipment support pads, or
28
29
compacted fill. Remove loose materials and bring
29
�^
30
excavations into approved condition to receive
30
31
concrete or fill material. Where compacted fill
31
32
material must be placed to bring subgrade elevation up
32
33
to underside of construction, scarify existing
33
34
subgrade upon which fill material is to be placed to a
34
35
depth of 6 IN and then compact to density stated in
35
36
this Section of Specifications before fill material
36
37
can be placed thereon. Do not carry excavations lower
37
38
than shown for foundations except as directed by
38
39
Engineer. If any part of excavations is carried below
39
r.
40
required depth without authorization, maintain
40
41
excavation and start foundation from excavated level
41
42
with concrete of same strength as required for
42
43
superimposed foundation, and no extra compensation
43
44
will be made to Contractor therefor.
44
45
5.
Make excavations large enough for working space,
45
46
forms, dampproofing, waterproofing, and inspection.
46
..
47
6.
Notify Engineer as soon as excavation is completed in
47
48
order that subgrades may be inspected. Do not
48
49
commence further construction until subgrade under
49
50
compacted fill material, under foundations, under
50
51
floor slabs -on -grade, under equipment support pads,
51
52
and under retaining wall footings has been inspected
52
53
and approved by the Engineer as being free of
53
r'
City of Lubbock, Municipal Water Treatment — Contract 2
i'
02200-8
7.
8.
undesirable material, being of compaction density
required by this specification, and being capable of
supporting the allowable foundation design bearing
pressures and superimposed foundation, fill, and
building loads to be placed thereon. Engineer shall
be given the opportunity to inspect subgrade below
fill material both prior to and after subgrade
compaction.
a. Place fill material, foundations, retaining wall
footings, floor slabs -on -grade, and equipment
support pads as soon as weather conditions permit
after excavation is completed, inspected, and
approved and 'after forms and reinforcing are
inspected and approved. Before concrete or fill
material is placed, protect approved subgrade from
becoming loose, wet, frozen., or soft due to
weather, construction operations, or other
reasons.
Dewatering. ,Where groundwater is or is expected to be
encountered during excavation, install'a dewatering
system to prevent softening and disturbance of
subgrade below foundations and fill material, to allow
foundations and fill material to be placed in the dry,
and to maintain a stable excavation side slope.
Groundwater shall be maintained at least 3 FT below
the bottom of any excavation. Review soils
investigation before beginning excavation and
determine where groundwater is likely to be
encountered during excavation. Employ dewatering
specialist for selecting and operating dewatering
system. Keep dewatering system in operation until
dead load of structure exceeds possible buoyant uplift
force on structure. Dispose of groundwater to an area
which will not interfere with construction operations
or damage existing construction. Install groundwater
monitoring wells as necessary. Shut off dewatering
system at such a rate to prevent a quick upsurge of
water that might weaken the subgrade.
Subgrade stabilization. If subgrade under
foundations, fill material, floor slabs -on -grade, or
equipment support pads is in a frozen, loose, wet, or
soft condition before construction is placed thereon,
remove frozen, loose, wet, or soft material and
replace with approved compacted material as directed
by Engineer. Provide compaction density of
replacement material as stated in this specification
section. Loose, wet, or'soft materials, when approved
by Engineer, may be stabilized by a compacted working
mat of well graded crushed stone. Compact stone mat
thoroughly into subgrade to avoid future migration of
fines into the stone voids. Remove and replace frozen
materials as directed by Engineer. Method of
stabilization shall be performed as directed by
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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 2
02200-9
O1 Engineer, Do not place further construction on the 01
02 repaired subgrades, until the subgrades have been 02
03
approved by the Engineer.
03
04
9. Do not place floor slabs -on -grade including equipment
04
05
support pads until subgrade below has been approved,
05
�.,
06
piping has been tested and approved, reinforcement
06
07
placement has been approved, and Contractor receives
07
08
approval to commence slab construction. Do not place
08
09
building floor slabs -on -grade including equipment
09
r"
10
support pads when temperature of air surrounding the
10
:
11
slab and pads is or is expected to be below 40 DegF
11
12
before structure is completed and heated to a
12
r—
13
temperature of at least 50 DegF.
13
14
10. Protection of structures. Prevent new and existing
14
15
structures from becoming damaged due to construction
15
16
operations or other reasons. Prevent subgrade under
16
17
new and existing foundations from becoming wet and
17
18
undermined during construction due to presence of
18
19
surface or subsurface water or due to construction
19
�^
20
operations.
20
i
21
11. Shoring. Shore, sheet pile, slope, or brace
21
22
excavations as required to prevent them from
22
23
collapsing. Remove shoring as backfilling progresses
23
24
but only when banks are stable and safe from caving or
24
25
collapse.
25
26
12. Drainage. Control grading around structures so that
26
r-
27
ground is pitched to prevent water from running into
27
28
excavated areas or damaging structures. Maintain
28
29
excavations where foundations, floor slabs, equipment
29
30
support pads or fill material are to be placed free of
30
31
water. Provide pumping required to keep excavated
31
32
spaces clear of water during construction. Should any
32
33
water be encountered in the excavation, notify
33
34
Engineer. Provide free discharge of water by
34
35
trenches, pumps, wells, well points, or other means as
35
36
necessary and drain to point of disposal that will not
36
37
38
damage existing or new construction or interfere with
construction operations.
37
38
39
13. Frost protection. Do not place foundations,
39
40
slabs -on -grade, equipment support pads, or fill
40
41
material on frozen ground. When freezing temperatures
41
42
may be expected, do not excavate to full depth
42
43
indicated, unless foundations, floor slabs, equipment
43
�.
44
45
support pads, or fill material can be placed
immediately after excavation has been completed and
44
45
46
approved. Protect excavation from frost if placing of
46
47
concrete or fill is delayed.
47
48
a. Where a concrete slab is a base slab -on -grade
48
49
located under and within a structure that will not
49
50
be heated, protect subgrade under the slab from
50
r.•
51
becoming frozen until final acceptance of the
51
52
Project by the Owner.
52
d
53
b. Protect subgrade under foundations of a structure
53
!:
City of Lubbock, Municipal Water Treatment - Contract 2
from becoming frozen until structure is completed
and heated to a temperature of at least 50 DegF.
C. Fill and Backfill Inside of Structure and Below
Foundations, Base Slabs, Floor Slabs, Equipment Support
Pads and Piping:
1. General: Subgrade to receive fill or backfill shall
be free of undesirable material as determined by
Engineer and scarified to a depth of 6 IN and
compacted to density specified herein. Surface may be
stepped by at not more than 12 IN per step or may be
sloped at not more than 2 percent. Do not place any
fill or backfill material until subgrade under fill or
backfill has been inspected and approved by Engineer
as being free of undesirable material and compacted to
specified density.
2. Obtain approval of fill and backfill material and
source from Engineer prior to placing the material.
3. Place under all foundations, base slabs, floor slabs,
equipment support pads and piping minimum of 6 IN of
granular fill unless otherwise indicated.
4. Vapor barrier: Install a continuous vapor barrier
under floor slabs -on -grade as required by Section
07190 and shown on Contract Drawings.
5. Fill and backfill placement: Prior to placing fill
and backfill material, optimum moisture and maximum
density properties for proposed material shall be
obtained from Engineer. Place fill and backfill
material in thin lifts as necessary to obtain required
compaction density. Compact material by means of
equipment of sufficient size and proper type to obtain
specified density. Use hand operated equipment for
filling and backfilling next to walls. Do not place
fill and backfill when the temperature is less than 40
DegF and when subgrade to receive fill and backfill
material is frozen, wet, loose, or soft. Use
vibratory equipment to compact granular material; do
not use water.
6. Where fill material is required below foundations,
place fill material, conforming to the required
density and moisture content, outside the exterior
limits of foundations located around perimeter of
structure the following horizontal distance whichever
is greater:
a. As required to provide fill material to indicated
finished grade.
b. 5 FT.
c. Distance equal to depth of compacted fill below
bottom of foundations.
d. As directed by Engineer.
D. Filling and Backfilling Outside of Structures: This
paragraph of these specifications apply to fill and
City of Lubbock, Municipal Water Treatment - Contract 2
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
backfill placed outside of structures above bottom level
�.,
02
of both foundations and piping but not under paving.
03
Provide material as approved by Engineer for filling and
04
backfilling outside of structures.
05
1. Fill and backfill placement: Prior to placing fill
06
and backfill material, obtain optimum moisture and
07
maximum density properties for proposed material from
08
Engineer. Place fill and backfill material in thin
09
lifts as necessary to obtain required compaction
10
density. Compact material with equipment of proper
11
type and size to obtain density specified. Use only
12
hand operated equipment for filling and backfilling
'
13
next to walls and retaining walls. Do not place fill
14
or backfill material when temperature is less than 40
15
DegF and when subgrade to receive material is frozen,
ell
16
wet, loose, or soft. Use vibratory equipment for
17
compacting granular material do not use water.
18
2. Backfilling against walls:
19
a. Do not backfill around any part of structures
r
20
until each part has reached specified 28-day
21
compressive strength and backfill material has
22
been approved. Do not start backfilling until
23
concrete forms have been removed, trash removed
r�
24
from excavations, pointing of masonry work,
25
concrete finishing, dampproofing and waterproofing
26
have been completed.
27
28
E. Backfilling Outside of Structures Under Piping or Paving:
29
When backfilling outside of structures requires placing
(�
30
backfill material under piping or paving, the material
31
shall be placed from bottom of excavation to underside of
32
piping or paving at the density required for fill under
33
34
piping or paving as indicated in this Section. This
compacted material shall extend transversely to the
35
centerline of piping or paving a horizontal distance each
36
side of the exterior edges of piping or paving equal to
37
the depth of backfill measured from bottom of excavation
(
38
to underside of piping or paving. Provide special
39
compacted bedding or compacted subgrade material under
40
piping or paving as required by other sections of these
41
Specifications.
42
43
3.08 SPECIAL REQUIREMENTS
44
45
A. Erosion Control:
46
1. Conduct work to minimize erosion of site.
r
47
2. Construct stilling areas to settle and detain eroded
48
material.
49
3. Remove eroded material washed off site.
50
4. Clean streets daily of any spillage of dirt, rocks or
7
51
debris from equipment entering or leaving site.
52
53
END OF SECTION
7,
City of Lubbock, Municipal Water Treatment - Contract 2
r
02200-11
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
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
No Text
r
02221-1
I
01
91F19 SECTION 02221
01
02
02
03
TRENCHING, BACKFILLING, AND COMPACTING FOR UTILITIES
03
Y
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
11
12
all underground utilities.
12
13
2. Water piping (potable, 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
i"
20
3. Section 02200 - Earthwork.
20
21
21
22
1.02 QUALITY ASSURANCE
22
4+�
23
23
24
A. Referenced Standards:
24
25
1. American Association of State Highway & Transportation
25
26
Officials (AASHTO):
26
C
27
a. T99, The Moisture -Density Relations of Soils Using
27
28
a 5.5 LB Hammer and a 12 IN Drop.
28
29
b. T180, Moisture -Density Relations of Soils Using a
29
30
10 LB Hammer and an 18 IN Drop.
30
31
2. American Society for Testing and Materials (ASTM):
31
32
a. C33, Concrete Aggregates.
32
33
34
b. D698, The Moisture -Density Relations of Soils
Using a 5.5 LB Hammer and a 12 IN Drop. D698,is
33
34
35
"Standard Proctor."
35
36
c. D1557, The Moisture -Density Relation of Soils
36
37
Using a 10 LB Hammer and an 18 IN Drop. 01557 is
37
38
"Modified Proctor.-
38
39
d. 04253, Maximum Index Density of Soils Using a
39
40
Vibratory Table.
40
41
e. D4254, Minimum Index Density of Soils and
41
42
Calculation of Relative Density.
42
43
f. 02487, Classification of Soils for Engineering
43
44
Purposes.
44
45
45
46
B. Qualifications:
46
47
1. Hire an independent soils laboratory to conduct
47
I
48
in -place moisture -density tests for backfilling to
48
49
assure that all work complies with this Specification.
49
50
50
51 1.03 DEFINITIONS 51
_ 52 52
53 A. Excavation: 53
City of Lubbock, Muncipal Water Treatment - Contract 2
02221-2
01
1. All excavation will be defined as unclassified.
02
03
1.04
SUBMITTALS
04
05
A.
See Section 01340.
06
07
B.
Submit test reports and fully document each with specific
08
location or stationing information, date, and other
09
pertinent information.
10
11
C.
Submit respective pipe or conduit manufacturer's data
12
regarding methods of installation and general
13
recommendations.
14
15
D.
Submit sieve analysis reports on all granular materials.
16
17
1.05
PROJECT CONDITIONS
18
19
A.
Avoid overloading or surcharge a sufficient distance back
20
from edge of excavation to prevent slides or caving.
21
Maintain and trim excavated materials in such manner to be
22
as little inconvenience as possible to public and
23
adjoining property owners.
24
25
B.
Provide full access to public and private premises and
26
fire hydrants, at street crossings, sidewalks and other
27
points as designated by Owner to prevent serious
28.
interruption of travel.
29
30
C.
Protect and maintain bench marks, monuments or other
31
established points and reference points and if disturbed
32
or destroyed, replace items to full satisfaction of Owner
33
and controlling agency.
34
35
D.
Verify location of existing underground utilities.
36
37
38
PART
2 - PRODUCTS
39
40
2.01
MATERIALS
42 A. Backfill Material:
43 1. As approved by Engineer.
44 a. Free of rock cobbles, roots, sod or other organic
45 matter, and frozen material.
46 b. Moisture content at time of placement: 3 percent
47 plus/minus of optimum moisture content as
48 specified in accordance with ASTM D1557.
49
50 B. Embedment Materials:
51 1. As approved by the Engineer.
52 2. Granular bedding materials:
53 a. ASTM C33, gradation 67 (3/4 IN to No.4 sieve)
City of Lubbock, Muncipal Water Treatment - Contract 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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
4
02221-3
01
defined below:
01
02
02
03
Sieve Size 1 IN 3/4 IN 3/8 IN No.4 No.20
03
04
Percent Passing 100 90-100 20-55 0-10 0
04
05
by Weight
05
06
1) Well -graded crushed stone.
06
07
2) Well graded crushed gravel.
07
08
3) Well graded gravel.
08
09
09
10
10
11
PART 3 - EXECUTION
11
12
12
13
3.01 GENERAL
13
14
14
15
A. Remove and dispose of unsuitable materials as directed by
15
16
Engineer to site provided by Contractor.
16
17
17
18
3.02 EXCAVATION
18
19
19
20
A. Unclassified Excavation:
20
21
1. Remove rock excavation, clay, silt, gravel, hard pan
21
22
loose shale, and loose stone as directed by Engineer.
22
23
23
24
B. Excavation for Appurtenances:
24
25
1. 12 IN (minimum) clear distance between outer surface
25
26
and embankment.
26
27
2. See Section 02200 for applicable requirements.
27
28
28
29
C. Trench Excavation:
29
30
1. Excavate trenches by open cut method to depth shown on
30
31
Drawings and necessary to accommodate work.
31
32
a. Tunnel work for crossing under crosswalks,
32
33
driveways or existing utility lines with
33
34
permission.
34
35
1) Limit tunnels to 10 FT in length.
35
36
2. Open trench outside buildings, units, and structures:
36
37
a. No more than the distance between two manholes,
37
38
structures, units, or 600 LF, whichever is less.
38
39
b. Field adjust limitations as weather conditions
39
40
dictate.
40
41
3. Trenching within buildings, units, or structures:
41
42
a. No more than 1.00 LF at any one time.
42
43
4. Any trench or portion of trench, which is opened and
43
44
remains idle for seven calendar days, or longer, as
44
45
determined by the Owner, may be directed to be
45
46
immediately refilled, without completion of work, at
46
47
no additional cost to Owner. Said trench may not be
47
48
reopened until Owner is satisfied that work associated
48
49
with trench will be prosecuted with dispatch.
49
50
5. Observe following trenching criteria:
50
51
a. Trench size.
51
52
1) Excavate width to accommodate free working space.
52
53
2) Maximum trench width at top of pipe or conduit
53
City of Lubbock, Muncipal Water Treatment - Contract 2
h�
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
.43
44
45
46
47
48
49
50
51
52
53
02221-4
may not exceed outside diameter of utility
service by more than the following dimensions:
OVERALL DIAMETER
OF UTILITY SERVICE EXCESS DIMENSION
33 IN and less 18 IN
more than 33 IN 24 IN
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.
3.03 PREPARATION OF FOUNDATION FOR PIPE LAYING
A. Over -Excavation:
1. Backfill and compact to 90 percent of maximum dry
density per ASTM D698.
2. Backfill with granular bedding material as option.
B. 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.
B. Subgrade Stabilization: f
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 Subgrade stabilization with no
additional compensation.
3.04 BACKFILLING METHODS
A. Do not backfill until tests to be performed on system show
system is in full compliance to specified requirements.
B. Carefully Compacted Backfill:
1. Furnish where indicated on drawings, specified for
trench embedment conditions and for compacted backfill
conditions up to 12 IN above top of pipe or conduit.
2. Comply with the following:
a. Place backfill in lifts not exceeding 8 IN (loose
City of Lubbock, Muncipal Water Treatment - Contract 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
02221-5
01
thickness).
01
02
b. Hand place, shovel slice, and pneumatically tamp
02
03
all carefully compacted backfill.
03
04
c. Observe specific manufacturer's recommendations
04
05
regarding backfilling and compaction.
05
�—
06
d. Compact each lift to specified requirements.
06
07
07
08
C. Common Trench Backfill:
08
09
1. Perform in accordance with the following:
09
r
10
a. Place backfill in lift thicknesses capable of
10
._
11
being compacted to densities specified.
11
12
b. Observe specific manufacturer's recommendations
12
r
13
regarding backfilling and compaction.
13
14
c. Avoid displacing joints and appurtenances or
14
15
causing any horizontal or vertical misalignment,
15
r
16
separation, or distortion.
16
17
17
18
D. Water flushing for consolidation is not permitted.
18
19
19
r*
20
3.05 COMPACTION
20
21
21
22
A. General:
22
23
1. Place and assure backfill and fill materials to
"higher"
23
24
achieve an equal or degree of compaction than
24
25
undisturbed materials adjacent to the work.
25
26
2. In no case shall degree of compaction below "Minimum
26
*`
27
Compaction" specified be accepted.
27
i
28
28
29
B. Compaction Requirements: Unless noted otherwise on
29
30
Drawings or more stringently by other sections of these
30
31
Specifications, comply with following trench compaction
31
32
criteria:
32
33
1. Carefully compacted backfill:
33
r
34
34
35
MINIMUM COMPACTIONS
35
36
-------------------
36
r.
37
LOCATION SOIL TYPE DENSITY
37
38
------------------------
38
39
All applicable Cohesive soils 95 percent of
39
40
areas max dry density
40
41
by ASTM D698
41
42
42
43
Cohesionless soils 75 percent of
43
44
max relative
44
45
density by ASTM
45
46
D4253 and D4254
46
47
47
r
48
2. Common trench backfill:
48
49
49
50
Under pavements Cohesive soils 95 percent of
50
�—
51
roadways surfaces, max dry density
51
52
within highway by ASTM D698
52
53
right-of-ways
53
r
City of Lubbock, Muncipal Water Treatment - Contract 2
02221-6
O1
Cohesionless soils 75 percent of
01
02
relative density
02
03
by ASTM 04253
03
04
and D4254
04
05
05
06
Under turfed, Cohesive soils 90 percent of
06
07
sodded, plant max dry density
07
08
seeded, non- by ASTM D698
08
09
traffic areas
09
10
Cohesionless;.soils 60 percent of
10
11
relative density
11
12
by ASTM D4253
12
13
and D4254
13
14
14
15
3.06 FIELD QUALITY CONTROL
15
16
16
17
A. Testing:
17
18
1.
Perform in -place moisture -density tests as directed by
18
19
the Owner.
19
20
2.
Perform tests through recognized testing laboratory
20
21
approved by Owner.
21
22
3.
Costs of "Passing" tests paid by Owner.
22
23
4.
Perform additional tests as directed until compaction
23
24
meets or exceeds requirements. -
24
25
5.
Cost associated with "Failing" tests shallbe paid by
25
26
Contractor.
26
27
6.
Reference to Engineer in this section will imply Soils
27
28
Engineer when employed by Owner and directed by
28
29
Engineer to undertake necessary inspections as
29
30
approvals as necessary
30
31
7.
Assure Owner has immediate access for testing of all
31
32
soils related work.
32
33
8.
Ensure excavations are safe for testing personnel.
33
34
34
35
END OF SECTION
35
s
City of Lubbock, Muncipal Water Treatment - Contract 2
k'.
02224-1
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
90H24
PART 1 - GENERAL
1.01 SUMMARY
SECTION 02224
PIPELINE UNDERCROSSINGS
A. Section Includes:
1. Construction of pipe undercrossings.
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 02221 - Trenching, Backfilling, and Compacting
for Utilities.
4. Section 15061 - Pipe: Steel.
5. Section 15062 Pipe: Ductile.
1.02 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. Compliance with submittal requirements of authority
or agency having jurisdiction over undercrossing.
PART 2 - PRODUCTS
2.01 MATERIALS
A. Casing Pipe: .
1. Structural grade steel: Minimum yield strength of 35,000
psi or greater as required by the permits.
2. Wall thickness: Minimum 0.250 IN or greater as required
by the permits.
3. Diameter: Minimum of 4 IN larger than outside diameter
of carrier pipe's jointing system.
PART 3 - EXECUTION
3.01 INSTALLATION
A. General:
1. Install undercrossing to meet requirements of authority
or agency having jurisdiction over undercrossing.
City of Lubbock, Municipal Water Treatment — Contract 2
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
02224-2
01
2.
Observe work requirements stipulated in any permit
01
02
condition.
02
03
3.
Consult Contract Drawings for limitation of construction
03
04
right-of-way.
04
05
05
06
B. If
installation of crossing is by jacking or dry boring, the
06 `
01
following
will be required unless more rigid requirements are
01
08
specified
by the authority or agency having jurisdiction.over
08
09
the
crossing:
09 �-
10
1.
Diameter of the hole: Not exceeding diameter of casing
10
11
by more than 1-1/2 IN.
11
12
2.
Pressure grout all voids outside of casing, including
12
13
abandoned or misaligned holes.
13
14
3.
Fill void between carrier pipe and casing wall with blow
14
15
sand. Install watertight grouted plug minimum of 1 FT
15
16
deep at both ends.
16
17
4.
Undercrossing casing:
11
18
a. Full lengths.
18
19
b. Weld pressure tight.
19
20
5.
After casing is,installed, band wood blocks 120 degrees
20
21
apart to each length of carrier pipe to prevent
21
22
displacement and pull pipe into place. Pipe must be
22
23
straight and centered in casing when in place.
23
24
6.
Coordinate connections to system with authority or agency
24
25
having jurisdiction over the crossing.
25
26
26 —
21
END OF SECTION
21
28
28
City of Lubbock, Municipal Water Treatment - Contract 2
CONCRETE
3
Pik
(THIS PAGE LEFT BLANK INTENTIONALLY)
03108-1
1.
01
91F13
SECTION 03108
r.,
02
03
FORMWORK
04
05
06
PART 1
- GENERAL
07
08
1.01
SUMMARY
09
10
A.
Section Includes:
11
1. Formwork requirements for concrete construction.
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.
«r16
2. Division 1 - General Requirements.
$'
17
3. Section 03311 - Concrete Mixing, Placing, Jointing, and
`
18
Curing.
19
20
1.02
QUALITY ASSURANCE
21
22
A.
Referenced Standards:
r
23
1. American Concrete Institute (ACI):
24
a. 347, Recommended Practice for Concrete Formwork.
25
2. Uniform Building Code (UBC) 1988.
26
27
B.
Qualifications:
y
28
1. Formwork, shoring and reshoring to be designed by a
29
professional structural engineer currently registered in
r-
30
the state where the Project is located and having a
31
minimum of 3 years' experience in this type of design
32
work.
♦„
}
33
34
C.
Miscellaneous:
35
1. Design and engineering of formwork, shoring and reshoring
36
as well as its construction is the responsibility of the
37
Contractor.
38
39
1.03
DEFINITIONS
r-
40
41
A.
Design Requirements:
42
1. Design formwork for loads, lateral pressures and
43
allowable stresses outlined in ACI 347 and for design
44
considerations, including wind loads, allowable stresses
..
45
and other applicable requirements of the controlling
46
local building code. Where conflicts occur between the
�-
47
above two standards, the more stringent requirements
48
shall govern.
`
49
2. Design formwork to limit maximum deflection of form
50
facing materials reflected in concrete surfaces exposed
51
to view to 1/240 of span between structural members.
�
52
53
1.04
SUBMITTALS
City of Lubbock, Municipal Water Treatment - Contract 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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
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
smallerpieces 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
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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 2
O1
not use aluminum forms.
r�
02
03
2.03
ACCESSORIES
`
04
05
A.
Form Ties:
06
1. Commercially fabricated for use in form construction. Do
�-
07
not use wire ties.
08
2. Constructed so that ends or end fasteners can be removed
r�
09
without causing spalling at surfaces of the concrete.
10
3. 3/4 IN minimum to1 IN maximum diameter cones on both
11
ends.
12
4. Embedded portion of ties to be not less than 1-1/2 IN
�.
13
from face of concrete after ends have been removed.
14
5. Provided built-in waterstops in all walls that will be in
15
contact with process liquid during treatment plant
"-'
16
operation.
17
r
18
�.►
19
PART
3 - EXECUTION
I
20
21
3.01
PREPARATION
22
23
A.
Form Surface Treatment:
'
24
1. Before placing of either reinforcing steel or concrete,
25
cover surfaces of forms with an approved coating material
r•
26
that will effectively prevent absorption of moisture and
27
prevent bond with concrete, will not stain concrete or
28
prevent bonding of future finishes. A field applied form
29
release agent or sealer of approved type or a factory
r".
30
applied nonabsorptive liner may be used.
31
2. If form oil is used, provide form oil which will not be
32
toxic after 30 days after application.
r-r
33
3. Do not allow excess form coating material to stand in
34
puddles in forms nor in contact with hardened concrete
35
against which fresh concrete is to be placed.
36
37
B.
Provide temporary openings at base of column and wall forms
38
and at other points where necessary to facilitate cleaning
39
and observation immediately before concrete is placed, and to
40
limit height of free fall of concrete to prevent aggregate
41
segregation. Temporary openings to limit height of free fall
42
of concrete shall be spaced no more than 8 FT apart.
43
44
C.
Clean surfaces of forms; reinforcing steel and other embedded
45
materials of any accumulated mortar or grout from previous
46
concreting and of all other foreign material before concrete
47
is placed.
48
49
3.02
ERECTION
,,..,
50
51
A.
Install products in accordance with manufacturer's
'
52
instructions.
53
City of Lubbock, Municipal. Water Treatment - Contract 2
03108-3
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
03108-4
B.
Tolerances:
1. Variation from plumb:
a. In lines and surfaces of columns, piers, walls, and
in risers.
1) Maximum in any 10 FT of height: 1/4 IN.,
2) _Maximum for entire height: 1/2 IN.
b. For exposed corner columns, control -joint grooves,'
and other exposed to view lines:
1) Maximum in any 20 FT length: 1/4 IN.
2). Maximum for entire length: 1/2 IN.
2. Variation from level or from grades specified:
a. In slab soffits, ceilings, beam soffits and in
arises, measured before removal of supporting shores.
1) Maximum in any 10 FT of length: 1/4 IN.
2) Maximum in any bay or in any 20 FT length:
3/8 IN.
3) Maximum for entire length: 1/2 IN.
b. In exposed lintels, sills, parapets, horizontal
grooves, and other exposed to view lines:
1) Maximum in any bay or in 20 FT length: 1/4 IN.
2) Maximum for entire length: 1/2 IN.
3. Variation of linear structure lines from established
position in plan and related position of columns, walls,
and partitions:
a. Maximum in any bay: 1/2 IN.
b. Maximum in any 20 FT of length: 1/2 IN.
c. Maximum for entire length: 1 IN.
4. Variation in sizes and location of sleeves, floor
openings, and wall openings: Maximum of ±1/2 IN.
5. Variation in horizontal plan location of beam, column and
wall centerlines,from required location: Maximum of
±1/2 IN.
6. Variation in cross sectional dimensions of columns and
beams and in thickness of slabs and walls: Maximum of
-1/4 IN, +1/2 IN.
7. Footings and foundations:
a. Variations in concrete dimensions in plan: -1/2 IN,
+2 IN.
b. Misplacement or eccentricity:
1) 2 percent of footing width in direction of
misplacement but not more than 2 IN.
c. Thickness:
1) Decrease in specified thickness: 5 percent.
2) Increase in specified thickness: No limit except
that which may interfere with other construction.
8. Variation in steps:
a. In a flight of stairs:
1) Rise: ±1/8 IN.
2) Tread: +1/4 IN.
b. In consecutive steps:
1) Rise: ±1/16 IN.
2) Tread: ±1/8 IN.
9. Establish and maintain in an undisturbed condition and
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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 2
r
Ps"
01
.-- 02
i 03
04
05
06
07
08
r' 09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
32
r 33
34
35
36
37
• 38
39
40
41
42
43
44
45
46
4' 47
48
49
�- 50
51
52
53
until final completion and acceptance of Project,
sufficient control points and bench marks to be used for
reference purposes to check tolerances.
10. Regardless of tolerances listed allow no portion of
structure to extend beyond legal boundary of Project.
11. To maintain specified tolerances, camber formwork to
compensate for anticipated deflections in formwork prior
to hardening of concrete.
C. Make forms sufficiently tight to prevent loss of mortar from
concrete.
D. Place'3/4 IN chamfer strips in.exposed to view corners of
forms to produce 3/4 IN wide beveled edges on exposed to view
corners of members.
E. At construction joints, overlap contact surface of form
sheathing for flush surfaces exposed to view over hardened
concrete in previous placement by at least 1 IN. Hold forms
against hardened concrete to prevent offsets or loss of
mortar at construction joint and to maintain a true surface.
Where possible, locate juncture of build in place wood or
metal forms at architectural lines, verticalcontrol joints
and at construction joints.
F. Where circular walls are to be formed and forms made up of
straight sections are proposed for use, provide straight
lengths not exceeding 2 FT wide. Brace and tie formwork to
maintain correct position and shape of members.
G. Construct wood forms for wall openings to facilitate.
loosening, if necessary, to counteract swelling.
H. Anchor formwork to shores or other supporting surfaces or
members so that movement of any part of formwork system is
prevented during concrete placement.
I. Provide runways for moving equipment with struts or legs,
supported directly on formwork or structural member without
resting on reinforcing steel.
J. Provide positive means of adjustment (wedges or jacks) of
shores and struts and take up all settlement during concrete
placing operation. Securely brace forms against lateral
deflection. Fasten wedges used for final adjustment of forms
prior to concrete placement in position after final check.
K. After void forms are in place and before concrete is placed
thereon, cover joints between abutting form sections and
cover ends of forms to prevent intrusion of soil, concrete or
any other materials. Install void forms in accordance with
manufacturer's instructions.
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
City of Lubbock, Municipal Water Treatment - Contract 2
03108-6
01
3.03
REMOVAL OF FORMS
01
02
02
03
A.
When required for concrete curing in'hot weather, required
03
04
for repair of surface defects or when finishing is required
04
05
at an early age, remove forms as soon as concrete has
05
06
hardened sufficiently to resist damage from removal
06
07
operations.or lack of support.
07
08
08
09
B.
Remove top forms on sloping surfaces of concrete as soon as
09
10
concrete has attained sufficient stiffness to prevent
10
11
sagging. Perform any needed repairs or treatment required on
11
12
such sloping surfaces at once, followed by curing as
12
13
specified in Section 03311. _
13
14
14
15
C.
Loosen wood forms for wall openings as soon as this can be
15
16
accomplished without damage to concrete.
16
17
17
18
D.
Formwork for columns, walls, sides of beams, and other parts
18
19
not supporting weight of concrete -may be, removed as soon as
19
20
concrete has hardened sufficiently to resist damage from
20
21
removal.
21
22
22
23
E.
Where no reshoring is planned, leave forms and shoring used
23
24
to support weight of concrete in place until concrete has
24
25
attained its specified 28-day compressive strength. Where a
25
26
reshoring procedure is planned, supporting formwork may be
26
27
removed when concrete has reached 85 percent of specified
27
28
strength.
28
29
29
30
F.
When shores and other vertical supports are so arranged that
30
31
non -load -carrying form facing material may be'removed without
31
32
loosening or disturbing shores and supports, facing material
32
33
may be removed when concrete has sufficiently hardened to
33
34
resist damage from removal.
34
35
35
36
36
37
END OF SECTION
37
:r
so
City of Lubbock, Municipal Water Treatment - Contract 2
01
r. 02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
r 23
y 24
25
26
27
28
29
30
p . 31
32
r` 33
34
35
36
37
i 38
39
40
41
42
r, 43
44
45
46
47
48
49
,.. 50
51
52
53
i
91F13
PART 1 - GENERAL
1.01 SUMMARY
SECTION 03208
REINFORCEMENT
A. Section Includes:
1. Reinforcing bar 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. SP-66, ACI Detailing Manual.
b. 318, Building Code Requirements for Reinforced
Concrete.
2. American Society for Testing and Materials (ASTM):
a. A153, Standard Specification for Zinc Coating
(Hot -Dip) on Iron and Steel Hardware.
b. A185, Standard Specification for Welded Steel Wire
Fabric for Concrete Reinforcement.
c. A497, Standard Specification for Welded Deformed
Steel Wire Fabric for Concrete Reinforcement.
d. A615, Standard Specification for Deformed and Plain
Billet Steel Bars for Concrete Reinforcement
including Supplementary Requirements S1.
e. A706, Standard Specification for Low Alloy Steel
Deformed Bars for Concrete Reinforcement.
f. ,A775, Standard Specification for Epoxy -Coated
Reinforcing Steel Bars.
3. American Welding Society (AWS):
a. 01.4, Structural Welding Code - Reinforcing Steel.
4. Concrete Reinforcing Steel Institute:
a. Manual of Standard Practice.
B. Qualifications:
1. Welding operators, processes and procedures to be
qualified in accordance with AWS 01.4.
2. Welding operators to have been qualified during the
previous 12 months prior to commencement of welding.
1.03 SUBMITTALS
City of Lubbock, Municipal Water Treatment - Contract 2
03208-1
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
03208-2
A. Shop Drawings:
1. Product technical data including:
a. Acknowledgement that products submitted meet
requirements of standards referenced.
b. Manufacturer's installation instructions.
c. Mill certificates for all reinforcing.
d. Manufacture and type of proprietary rebar mechanical
splices.
2. Qualifications of welding operators, welding processes
and procedures.
3. Rebar number, sizes, spacing, dimensions, configurations,
locations, mark numbers, lap splice lengths and
locations, concrete cover and rebar supports.
4. Sufficient rebar details to permit installation of
reinforcing.
5. Rebar details in accordance with ACI SP-66.
6. Shop drawings shall be in sufficient detail to permit
installation of reinforcing without reference to Contract
Drawings. Shop drawings shall not be prepared by
reproducing the plans and details indicated on the
Contract Drawings but shall consist of completely redrawn
plans and details as necessary to indicate complete
fabrication and installation of all reinforcing steel.
1.04 DELIVERY, STORAGE, AND HANDLING
A. Handling of Epoxy -Coated Rebar: .
1. Use padded or nonmetallic slings and padded straps to
protect coated reinforcement from damage.
2. Handle bundled bars to prevent sagging that could damage
the coating.
3. Do not drop or drag rebars.
4. Store on wooden cribbing.
5. Coated rebars subject to rejection by Engineer if rebar
coating has been damaged.
PART 2 - PRODUCTS
2.01 MATERIALS
A. Reinforcing Steel:
1. Bars: ASTM A615, Grade 60.
2. Column ties, field bent dowels and #3 bars when used as
stirrups: ASTM A615, Grade 40.
3. Column spirals: ASTM A82.
B. Weldable Reinforcing Bars: ASTM A706, Grade 60.
C. Welded Wire Fabric: ASTM A185 or ASTM A497.
D. Smooth Dowel Bars: ASTM A615, Grade 60 with metal end cap to
allow longitudinal movement equal to joint width plus 1 IN.
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 2
ff
ki
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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
01
E.
Fibrous Reinforcing:
02
1. General:
03
a. 100 percent virgin polypropylene fibrillated fibers
04
specially manufactured for use as concrete
05
reinforcement.
06
b. Containing no reprocessed olefin materials.
07
c. Manufactured by Fibermesh Company or equal.
08
2. Physical characteristics:
09
a. Specific gravity: 0.91.
10
b. Tensile strength: 70 to 110 ksi.
11
c. Fiber lengths: 1/2 IN, 3/4 IN, 1-1/2 IN, 2 IN per
12
manufacturer.
13
14
F.
Epoxy-Coated*Rebars: ASTM A775 and A615, Grade 60, meeting
15
Annex Al for epoxy coating.
16
17
G.
Epoxy -Coated Rebar Patching Material:
18
1. Compatible with the coating material.
19
2. Inert in concrete.
20
3. Meet requirements of Annex Al of ASTM A775.
21
4. Obtained from the manufacturer of the epoxy resin that
22
was used to originally coat the rebars.
23
24
H.
Proprietary Rebar Mechanical Splices: To develop in tension
25
and compression a minimum of 125 percent of the yield
26
strength of the rebars being spliced.
27
28
I.
Welding Electrodes:
29
1. E90 meeting requirements of AWS D1.4.
30
31
2.02
.ACCESSORIES
32
-
33
A.
Metal Chairs, Runners, Bolsters, Spacers, Hangers, and Other
34
Rebar Supports:
35
1. Stainless steel 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
I. 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 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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
drawing.
2. Mark numbers on tags to be so placed that the numbers
cannot be removed.
3. For epoxy -coated rebars, use only plastic tags secured to
rebars by nylon or plastic ties.
PART 3 - EXECUTION
3.01 ERECTION
A.
B.
C.
Tolerances:
1. Rebar placement:
a. Clear distance to formed surfaces: :1/4 IN.
b. Minimum spacing between bars: -1/4 IN.
c. Top bars in slabs and beams:
1) Members 8 IN -deep or less: ±1/4 IN.
2) Members between 8 IN and 2 FT deep: ±1/2 IN.
3) Members more than 2 FT deep: ±3/4 IN.
d. Crosswise of members: Spaced evenly within ±1
IN.
e. Lengthwise of members: ±2 IN.
2. Minimum clear distances between rebars:
a. Beams, walls and slabs: Distance equal to rebar
diameter or 1 IN, whichever is greater.
b. Columns: Distance equal to 1-1/2 times the rebar
diameter or 1-1/2 IN, whichever is greater.
c. Beam and slab rebars shall be threaded through the
column vertical rebars without displacing the column
vertical rebars and still maintaining the clear
distances required for the beam and slab rebars.
Minimum concrete protective covering for reinforcement,
unless indicated otherwise on Drawings:
1. Concrete deposited against earth: 3 IN.
2. Formed surfaces exposed.to weather or in contact with
earth:
a. 2 IN for reinforcing bars #6 or larger.
b. 1-1/2 IN for reinforcing bars less than #6.
3. Formed surfaces exposed to or located above any liquid:
2 IN for(all rebar sizes.
4. Other locations:
a. 1-1/2 IN for bars in beams or girders and columns
including stirrups and column spirals or ties.
b. Slabs, walls and joists:
1) Bar diameter +1/4 IN for #8 and larger.
2) 3/4 IN for #7 and smaller.
Unless indicated otherwise on Drawings, provide splice
lengths for reinforcing as follows:
1. For rebars: Class B tension splice as indicated in
Chapter 12 of ACI 318.
2. For welded wire fabric: Splice lap length measured`
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 2
r
r
4
6
03208-5
01
between outermost cross wires of each fabric sheet shall
01
f..
02
not be.less than 1 spacing of cross wires plus 2 IN, nor
02
03
less than 1.5 x development length nor less than 6 IN.
03
04
Development length shall be as required for the basic
04
05
development length for the specified fabric yield
05
06
strength in accordance with Section 12.8 in AC1 318.
06
07
3. Provide splices of reinforcing not specifically indicated
07
08
or specified subject to approval of Engineer. Mechanical
08
f"
09
proprietary splice connectors may only be used when
09
10
approved or indicated on the Contract Drawings.
10
`
11
11
12
D. Welding:
12
13
1. Perform welding of rebars in accordance with requirements
13
14
of AWS D1.4.
14
15
2. Have each welder place an approved identifying mark near
15
�-•
16
each completed weld.
16
17
3. Permitted only with weldable reinforcing bars.
17
`
18
18
ell
19
E. Placing Rebars:
19
20
1. Assure that reinforcement at time concrete is placed is
20
21
free of mud, oil or other materials that may affect or
21
22
reduce bond.
22
r
23
2. Reinforcement with rust, mill scale or a combination of
23
24
both will be accepted as being satisfactory without
24
`
25
cleaning or brushing provided dimensions and weights
25
26
including heights of deformations on a cleaned sample is
26
27
not less than required by applicable ASTM specification
27
28
that governs for the rebar supplied.
28
29
3. Rebar support:
29
r*
30
a. Uncoated rebar:
30
31
1) Support rebars and fasten together to prevent
31
32
displacement by construction loads or placing of
32
�►..
33
concrete.
33
34
2) On ground, provide supporting concrete blocks or
34
`
35
special chair with plate bottoms.
35
36
3) Over formwork, provide plastic -coated metal
36
37
chairs, runners, boosters, spacers, hangers and
37
38
other rebar support. Only tips in contact with
38
39
the forms need to be plastic coated.
39
40
b. Coated rebar: •
40
41
1) Support coated rebars and fasten together to
41
42
prevent displacement.
42
43
2) Use plastic or nylon ties to hold rebars rigidly
43
44
in place.
44
45
3) Support rebars by use of plastic or.
45
46
plastic -coated chairs, runners, bolsters,
46
«-
47
spacers, hangers and rebar supports as required.
47
j
48
c. Support rebars over cardboard void forms by means of
48
49
concrete supports which will not puncture or damage
49
50
the void forms during construction nor impair the
50
51
strength of the concrete members in any way.
51
52
d. Where parallel horizontal reinforcement in beams is
52
53
indicated to be placed in two or more -layers, rebars
53
r
t
City of Lubbock, Municipal Water Treatment - Contract 2
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
03208-6
in the upper layers shall be placed directly above
rebars in the bottom layer with clear distance
between layers to be 1 IN. Place spacer rebars at 3
FT maximum centers to maintain the required I IN
clear distance between layers.
e. Extend reinforcement to within 2 IN of concrete
perimeter edges. If perimeter edge'is earth formed,
extend reinforcement'to within 3 IN of the edge.
f. To assure proper placement, furnish templates for all
column vertical bars and dowels.
g. Provide splices of reinforcing not specifically
indicated or specified subject to approval.
Mechanical proprietary connectors for reinforcing
bars may only be used when approved or indicated on
the Drawings.
h. Do not bend reinforcement after embedding in hardened
concrete unless approved by Engineer. Do not bend
reinforcing by means of heat.
i. Do not tack weld reinforcing.
3.02 FIELD QUALITY`CONTROL
A. Reinforcement Congestion and Interferences:
1. Notify Engineer whenever the,specified clearances between
rebars cannot be met.
2. -Do not place any concrete until the Engineer submits a
solution to rebar congestion problem.
3. Rebars may be moved as necessary to avoid interference
with other reinforcing steel, conduits, or embedded
items.
4.. If rebars are moved more than one bar diameter, or enough
to exceed above tolerances, obtain Engineer's approval of
resulting arrangement of rebars.
5. No cutting of rebars shall be done without written
approval of Engineer.
B. Inspection of Epoxy -Coated Rebars:
1. Coated rebars will be inspected on the jobsite for
handling defects, coating abrasion, coating thickness and
continuity of coating.
2. Engineer may defer final inspection-of-rebar coating
integrity and repairs until the rebars have been erected
and all, handling is completed.
3. Repair coated areas as directed by Engineer. Do not
place concrete until all repairs to coatings have been
completed.
C. Patching of Epoxy -Coated Rebar:
1. Patching and repair to`be performed in accordance with
the instructions of patching material manufacturer.
2. Patching material to provide a minimum film thickness of
5 mils over the bare area. Thickness of area adjacent to
patched area not to exceed 15 mils.
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
1
City of Lubbock, Municipal Water Treatment - Contract 2
I '
M
01
3.
Areas to be patched to be clean and free of surface
02
contaminants. Treat areas in accordance with patching
j~
03
material manufacturer's instructions before oxidation
04
occurs.
05
4.
Total surface area covered by patching material not to
!-
06
exceed 2 percent of total surface area of the rebar.
i
07
5.
Rebar welds and adjacent bare rebar areas to also be
08
patched after welding is completed.
09
r
10
D. Employ a testing laboratory to perform and report following:
11
1.
Review and approve Contractor proposed welding procedures
12
and processes for conformance with AWS D1.4.
13
2.
Qualify welders in accord with AWS D1.4.
14
3.
Test three samples of each bar size and each type of weld
15
in accord with AWS D1.4. The tensile strength of each
�..
16
test shall be not less than 125 percent of the required
17
yield strength of the rebar tested.
18
4.
Conduct nondestructive field tests (radiographic or
19
magnetic particle) on not less than one random sample for
20
each 10 welds. In addition if any welds are found
1.
21
defective, test five previous welds performed by same
22
welder.
r..
23
5.
Visually inspect each weld for presence of cracks,
a
24
undercuts, inadequate size and other visible defects.
25
26
END OF SECTION
r
City of Lubbock, Municipal Water Treatment - Contract 2
03208-7
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
(THIS PAGE LEFT BLANK INTENTIONALLY)
t'
03308-1
O1
91F13 SECTION 03308
r
02
03
CONCRETE, MATERIALS AND PROPORTIONING
04
05
06
PART 1 - GENERAL
07
08
1.01 SUMMARY
r
09
r
10
A. Section Includes:
11
1. Concrete materials, strengths and proportioning for
12
concrete work.
13
2. Grouting:
14
a. Base plates for columns and equipment.
15
b. Rock anchors.
16
c. Dowels and anchors into concrete.
17
d. Patching cavities in concrete.
18
e. As specified and indicated in the Contract
19
Document.
20
�.
21
B. Related Sections include but are not necessarily limited
22
to:
r
23
1. Division 0 - Bidding Requirements, Contract Forms, and
24
Conditions of the Contract.
25
2. Division 1 - General Requirements.
26
3. Section 03311 - Concrete, Mixing, Placing, Jointing,
27
and Curing.
28
4. Section 03350 - Testing.
29
30
1.02 QUALITY ASSURANCE
l :
31
32
A. Referenced Standards:
�.
33
1. American Concrete Institute (ACI):
34
a. 211.1, Standard Practice for Selecting Proportions
35
for Normal and Heavyweight Concrete.
36
b. 212.1R, Admixtures for Concrete.
37
c. 212.2R, Guide for Use of Admixtures in Concrete.
}.
38
d. 318, Building Code Requirements for Reinforced
39
Concrete.
r..
40
2. American Society for Testing and Materials (ASTM):
41
a. C33, Standard Specification Concrete Aggregates.
42
b. C39, Standard Method of Test for Compressive
43
Strength of Cylindrical Concrete Specimens.
44
c. C94, Standard Specification for Ready,Mixed
45
Concrete.
46
d. C138, Standard Method of Test for Unit Weight,
47
Yield, and Air Content (Gravimetric) of Concrete.
48
e. C143, Standard Method of Test for Slump of
49
Portland Cement Concrete.
50
f. C150, Standard Specification for Portland Cement.
J"
51
g. C173, Standard Method of Test for Air Content of
52
Freshly Mixed Concrete by the Volumetric Method.
53
h. C192, Standard Method of Making and Curing
City of Lubbock, Municipal Water Treatment - Contract 2
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
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
03308-2
Concrete Test Specimens in the Laboratory.
i. C231, Standard Method of Test for Air Content of
Freshly Mixed"Concrete by the Pressure Method.'
J. C260, Standard Specification for Air -Entraining
Admixtures for Concrete.
k. C494, Standard Specification for Chemical
Admixtures for Concrete.
1. C618, Standard Specification for Fly Ash and Raw
or Calcined Natural Pozzolan for Use as a Mineral
Admixture in Portland Cement Concrete.
3. Corps of Engineers Specification:
a. CRD-C621, Specification for Non -Shrink Grout.
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 instructions.
c. Concrete mix designs as required by Section 03350.
1) Manufacture and type of proposed admixtures.
2) Manufacturer and type of proposed non -shrink
grout and grout cure/seal compound.
3. Certifications:
a. Certification of standard deviation value in psi
for ready mix plant supplying the concrete.
b. Certification that the fly ash meets the quality
requirements stated in this Section, and fly ash
supplier's certified test reports for each
shipment of fly ash delivered to concrete
supplier.
c. Certification that the class of coarse aggregate
meets the requirements of ASTM C33 for type and
location of concrete construction.
4. Test reports:
a. Cement mill reports for all cement to be supplied.
1.04 DELIVERY, STORAGE AND HANDLING
A. Storage of Materials:
1. Store cement and fly ash in weathertight buildings,
bins, or silos which will exclude moisture and
contaminants.
2. Arrange aggregate stockpiles and use in a manner to
avoid excessive segregation and to prevent;'
contamination with other materials or with -other sizes
of like aggregates.
3. Allow natural sand to drain until it has reached a
relatively uniform moisture content before use.
4. Store admixtures in such a manner as to avoid
contamination, evaporation, or damage.
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 WaterTreatment - Contract 2
f
4
+
01
a. For those used in form of suspensions or
r
02
non -stable solutions, provide agitating equipment
03
to assure thorough distribution of ingredients.
04
b. Protect liquid admixtures from freezing and
05
temperature changes which would adversely affect
06
their characteristics and performance.
07
08
B. Delivery:
•-
09
1. Prepare a delivery ticket for each load of ready -mixed
10
concrete.
b
11
2. Truck operator shall hand ticket to Engineer at the
12
time of delivery.
13
3. Ticket to show:
14
a. Serial number.
15
b. Plant name.
f-
16
c. Name.
17
d. Truck number.
18
e. Purchaser.
r.,
19
f. Specific job designation, name and location of
q
20
project.
21
g. Amount of concrete.
22
h. Time loaded and first mixing time.
23
1. Water added by receiver and initials.
24
J. Time arrived on job.
25
k. Reading of revolution counter when first mixed.
�.,
26
1. Type, brand, quantity of cement and aggregate.
27
m. Mix design number.
28
n. Type, brand, quantity of admixture.
29
o. All information required to calculate how much
30
water was added total to mix to see if field
31
adjustment is allowed: 1) Aggregate moisture
32
content. 2) Water added. 3) Design mix water
33
amount.
34
p. Outdoor temp in shade.
35
q. Signature of ready mix supplier.
36
4. Failure to provide complete delivery ticket may result
37
in rejection of load.
1.
38
39
r
40
PART 2 - PRODUCTS
4
41
42
2.01 ACCEPTABLE MANUFACTURERS
43
44
A. Subject to compliance with the Contract Documents, the
�.
45
following Manufacturers are acceptable:
46
1. Non -shrink grout:
r-
47
a. Master Builders.
48
b. Gifford Hill.
49
c. Sauereisen.
50
d. U S Grout.
51
e. Upco.
52
f. Set Products, Inc.
53
2. Epoxy grout:
City of Lubbock, Municipal Water Treatment - Contract 2
03308-3
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
03308-4
a. Ceilcote.
b. Exxon Chemical Co.
C. Sika.
d. U S Grout.
B. Submit requests for substitution in 'accordance with
Specification Section 01640.
2.02 MATERIALS
A. Cement:
1. ASTM C150, Type I.
2. Cement type used shall correspond to that upon which
selection of concrete proportions was based in the mix
design.
B. Fly Ash:
1. ASTM C618, Class F.
2. Non -staining.
3. Suited to provide hardened concrete of uniform light
grey color.
4. Maximum loss on ignition: 4 percent.
5. Compatible with other concrete ingredients and having
no deleterious effects on the hardened concrete.
6. Produced by source certified for providing fly ash for
concrete production.
7. Cement and fly ash type used shall correspond to that
upon which selection of concrete proportions was based
in the mix design.
C. Admixtures:
1. Air entraining: ASTM C260.
2. Water reducing, retarding, and accelerating: Conform
to ASTM C494, Types A through G, and provisions of ACI
212.1R and 212.2R.
3. High range water reducers (superplasticizers):_
Conform to ASTM C494, Types F or G.
4. Pozzolanic: ASTM C618.
5. Admixtures to be chloride free. Do not use calcium
chloride.
6. Provide admixtures of same type, manufacturer and
quantity as used in establishing required concrete
proportions in the mix design.
D. Water:
1. Potable.
2. Clean and free from deleterious substances.
3. Free of oils, acids and organic matter.
E. Aggregates for Normal Weight Concrete:
1. ASTM C33, except clay and shall particles no more than
1 percent.
2. Fine and coarse aggregates to be regarded as separate
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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 2
r..
01
ingredients.
�..
02
3. Fine aggregates to be natural, not manufactured.
03
4. Coarse aggregate sieve analysis:
04
a. For lean concrete: ASTM C33, size number 7
05
(maximum 1/2 IN).
06
b. For all other concrete: ASTM C33, size number 57
07
(maximum 1 IN).
08
5. Pozzolan or other additives shall not be used to
09
compensate for alkali reactivity of aggregates.
10
11
F.
Maximum total chloride ion content for concrete mix
12
including all ingredients measured as a weight percent of
13
cement:
14
1. 0.06 for prestressed concrete.
15
2. 0.10 for all other concrete.
�-
16
17
G.
Non -shrink Grout:
18
1. Non -shrink, non-metallic, non -corrosive, and
19
non -staining.
20
2. Premixed with only water to be added in accordance
.
21
with manufacturer's instructions at jobsite.
22
3. Grout to produce a positive but controlled expansion.
23
Mass expansion shall not be created by gas liberation
24
or by other means.
25
4. Minimum 28-day compressive strength: 6500 psi.
26
5. Master Builders "Special LL-713 Grout"; Gifford -Hill
"Supreme "F-100
27
Grout"; Sauereisen Cements Level Fill
28
Grout"; U S Grout "Five Star Grout"; Set Products,
29
Inc. "Set Non -Shrink Grout"; The Upco Corp "Upcon";
30
or equal.
31
6. In accordance with CRD-C621.
32
33
34
H.
Epoxy Grout:
1. Adhesive:
35
a. Ceilcote "HT648" grout.
36
b. Exxon Chemical Company "Escoweld 2505."
37
c. Sika "Sikadur Hi -Mod."
t.,
38
d. U S Grout "Five Start Epoxy Grout."
39
e. Or equal.
40
2. Aggregate:
41
a. Ceilcote "HT648."
'
42
b. Exxon Chemical Company "Escoweld 2510."
43
c. Sika aggregate.
44
d. U S Grout aggregate.
t
45
e. Or equal.
46
r
47
2.03
MIXES
48
`
49
A.
General:
50
1. Provide concrete capable of being placed without
51
aggregate segregation and, when cured, of developing
52
all properties specified.
53
2. All concrete to be normal weight concrete, weighing
City of Lubbock,.Municipal Water Treatment - Contract 2
03308-5
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
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
03308-6
approximately 145 to 150 LBS per cubic foot at 28 days
01
after placement.
02
03
B. Minimum 28-Day Compressive Strengths:
04
1. Normal weight concrete .........................4000 psi.
05
06
C. Air Entrainment:
07
1. Provide air entrainment in all concrete resulting in a
08
total air content percent by volume as follows:
09
a. 1 IN maximum aggregate size: 3 to 6 percent total
10
air content.
11
b. 3/4 IN maximum aggregate size:_ 5 to 7 percent
12
total air content.
13
14
D. Slump:
15
1. Provide additional water at ready mix plant for
16
concrete that is to be pumped to allow for slump loss
17
due to pumping. Provide only enough additional water
18
so that slump of concrete at discharge end of pump
19
hose does not exceed maximum slump as determined by
20
ASTM C143.
21
22
E. Proportioning: ,
23
1. General:
24
a. Proportion ingredients to produce a mixture which
25
will work readily into corners and angles of forms
26
and around reinforcement by methods of placement
27
and consolidation employed without permitting
28
materials to segregate or excessive free water to
29
collect on surface.
30
b. Proportion ingredients to produce'proper.
31
placability, durability, strength and other
32
required properties.
33
2. Cement content and water cement ratio:
34
a. Minimum portland cement, LBS/CY for 4000 psi
35
concrete containing no water reducing,admixture.
36
37
MAXIMUM WATER COARSE AGGREGATE SIZE
38
CEMENT RATIO FROM #4 SIEVE TO
39
CONCRETE SLUMP, IN BY WEIGHT 3/4 IN 1 IN
40
___==== ====
41
4 0.45 611 583
42.
43
b. For 3000 psi concrete, the minimum cement per
44
cubic yard of concrete shall be 450 LBS, maximum
45
slump shall be 4 IN and maximum water cement ratio
46
shall be 0.49.
47
c. If fly ash is used, the substitution shall be on
48
the basis of 1.5 LBS of fly ash for each pound
49
reduction is portland cement. Therefore, these
50
above minimum weight valves shall be adjusted
51
accordingly.
52
d. Cement content is based on use of water reducing
53
City of Lubbock, Municipal Water Treatment - Contract 2
03308-7
r
`
01
admixture and shall be increased by 10 percent if
01
r.
02
water reducing admixture is not used.
02
03
e. Volume ratio of fine to total aggregates:
03
04
04
r
06
AGGREGATE MINIMUM MAXIMUM
06
i
07
SIZE (IN) RATIO RATIO
07
08
08
',..
09
3/4 0.35 0.50
09
10
1 0.30 0.46
10
11
11
12
3. Fly ash:
12
r"
13
a. For cast -in -place concrete only, a maximum of 15
13
14
percent by weight of portland cement content per
14
15
cubic yard may be replaced with fly ash.
15
16
17
b. If fly ash is used, the water to fly ash/cement
ratio not to exceed the maximum water cement ratio
16
17
18
specified in this Section.
18
19
4. Water reducing, retarding, and accelerating
19
20
admixtures:
20
21
a. Use in accordance with manufacturer's
21
22
instructions.
22
�-
23
b. Use unless otherwise approved by Engineer.
23
24
c. Maximum concrete slump before addition of
24
25
admixture to be 4 IN.
25
26
5. High range water reducers (superplasticizers):
26
r`
27
a. Use in accordance with manufacturer's
27
28
instructions.
28
29
b. Use for water containing walls and slabs unless
29
-
30
otherwise approved by Engineer.
30
31
c. Maximum concrete slump before addition of
31
32
admixture to be 3 IN. Maximum slump after
32
33
addition to be 8 IN.
33
34
d. Maximum water -cement ratio of the concrete mix
34
35
containing a high range water reducer to be 0.40.
35
36
6. Concrete mix proportioning methods for normal weight
36
37
concrete:
37
38
a. Method 1 (Trial Mix): Per ACI 318, Chapter 4,
38
39
except as modified herein.
39
}T
40
1) Air content with range specified above.
40
41
2) Record and report temperature of trial mixes.
41
42
3) Proportion trial mixes per ACI 211.1.
42
43
b. Method 2 (Field Experience): Per ACI 318, Chapter
43
44
4, except as modified herein:
44
45
1) Field test records must be acceptable to Engineer
45
46
to use this method.
46
47
2) Test records shall represent materials, proportions
47
48
and conditions similar to those specified.
48
49
7. Required average strength:
49
50
a. Required average strength to exceed the specified
50
j"
51
28-day compressive strength by the amount
51
!.
52
determined or calculated in accordance with
52
53
paragraph 5.3.2 of ACI 318 using the standard
53
City of Lubbock, Municipal Water Treatment - Contract 2
r
03308-8
O1
deviation of the proposed concrete production
01
02
facility as described in paragraph 5.3.1 of ACI
02
03
318-89.
03
04
04
05
2.04 SOURCE QUALITY CONTROL
05
06
06
07
A.
To assure stockpiles are not contaminated or materials are
07
08
segregated, perform any test for determining conformance
08
09
to requirements for cleanness and grading on samples
09
10
secured from aggregates at point of batching. Provide
10
11
test reports in accordance with Section 03350.
11
12
12
13
B.
Do not use frozen or partially frozen aggregates..
13
14
14
15
15
16
PART 3
- EXECUTION
16
17
17
18
3.01
FIELD QUALITY CONTROL
18
19
19
20
A.
Determine air content in accordance with ASTM C138, C173,
20
21
or C231
21
22
22
23
B.
Measure slump in accordance with ASTM C143.
23
24
24
25
C.
Perform strength test on any concrete to which water has
25
26
been added at the jobsite.
26
27
27
28
D.
See Section 03350.
28
29
29
30
END OF SECTION
30
City of Lubbock, Municipal Water Treatment - Contract 2
i
O1
91F13 SECTION 03311
OM
02
03
CONCRETE MIXING, PLACING, JOINTING, AND CURING
04
05
06
PART 1 - GENERAL
C
07
08
1.01 SUMMARY
09
10
A. Section Includes:
11
1. Mixing, placing, jointing, and curing of concrete
12
construction.
13
14
B. Related Sections include but are not necessarily limited -to:
15
1. Division 0 - Bidding Requirements, Contract Forms, and
16
Conditions of the Contract.
17
2. Division 1 - General Requirements.
18
3. Section 03308 - Concrete, Materials and Proportioning.
19
20
4. Section 03348 - Concrete Finishing and Repair of Surface
Defects.
21
5. Section 03350 - Testing.
22
6. Section 07190 - Under Slab Vapor Barrier.
23
7. Section 07900 - Joint Sealants.
r
24
25
1.02 QUALITY ASSURANCE
r
26
27
A. Referenced Standards:
28
1. American Concrete Institute (ACI):
29
a. 304, Recommended Practice for Measuring, Mixing,
30
Transporting and Placing Concrete.
}�
31
b. 305R, Not Weather Concreting.
32
c. 306R, Cold Weather Concreting.
r-
33
d. 309, Guide for Consolidation of Concrete.
34
2. American Society for Testing and Materials (ASTM):
35
a. C94, Standard Specification for Ready Mixed Concrete.
36
b. C171, Standard Specification for Sheet Materials for
37
Curing Concrete.
38
c. C309, Standard Specification for Liquid Membrane
39
Forming Compounds for Curing Concrete.
40
d. D994, Specification for Preformed Expansion Joint
41
Filler for Concrete (Bituminous Type).
42
e. D1056, Specification for Flexible Cellular Materials
43
Sponge or Expanded Rubber.
44
f. D1751, Standard Specification for Preformed Expansion
45
Joint Fillers for Concrete Paving and Structural
46
Construction (Non -Extruding and Resilient Bituminous
110
47
Types) .
48
3. Corps of Engineers:
49
a. CRD-0572, Specification for Polyvinyl Waterstops.
r
50
4. National Ready Mixed Concrete Association (NRMCA):
51
a. Check List for Certification of Ready Mixed Concrete
52
Production Facilities.
53
B. Qualifications:
l
City of Lubbock, Municipal Water Treatment - Contract 2
r
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
s
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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
1. Ready Mixed Concrete Batch Plant: Certified by NRMCA.
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. 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) Pressure relief valves.
2) 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:
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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 2
01
a. W R Meadows.
r
02
b. J and P Petroleum Products.
03
2. Materials: ASTM D994.
04
05
C.
Waterstops for General Construction Joints:
06
1. Steel, ungalvanized.
i
07
2. Dimensions as indicated on drawings.
08
.-
09
D.
Waterstops for Expansion and Contraction Joint:
1
10
1. Manufacturers:
11
a. Greenstreak Plastics Products.
12
b. R W Meadows.
13
c. US Rubber.
14
2. Materials:
15
a. Virgin polyvinyl chloride compound not containing any
16
scrap or reclaimed materials or pigment.
jr-
17
b. Rubber.
18
c. Corps of Engineers Specification CRD-0572.
19
3. General:
?
20
a. 9 IN wide x 3/8 IN'thick tear web type waterstop.
21
b. 2 IN minimum horizontal movement without rupturing..
22
c. Similar to Greenstreak Plastic Products Style #700.
�-
23
4. In expansion or contraction joints for concrete sections
w
24
less than 8 IN:
25
a. 6 IN wide x 3/8 IN thick tear web type waterstop.
26
b. 2 IN minimum horizontal movement without rupturing.
kr
27
c. Similar to Greenstreak Plastics Products Style #705.
28
29
E.
Vapor Barrier: See Section 07190.
rr
30
31
F.
Bonding Agent: Weld -Crete, Larsen Products Corp., or equal.
�,.
33
G.
Membrane Curing Compound and Floor Sealer: FS TT-C-600, Type
t
34
1; chlorinated rubber, minimum 18 percent solids; Grace
35
"Dekote," Process solvent "Concrete Treatment ALX-9," Protex
36
"Triple Seal Series CRD-18," TK Products "Tri-Kote TK-18," or
t"
37
equal.
38
39
H.
Bearing Pads:
40
1. Neoprene: Durometer 50, minimum 1/2 IN thick.
41
2. Elastomer with graphite lubrication: Chesterton
`
42
"Cheses," Nicolet Industries, Inc. "Kon-X Bearing Pads,"
43
or equal.
44
l'
45
I.
Submit requests for substitutions in accordance with
46
Specification Section 01640.
.-
47
48
2.02
SOURCE QUALITY CONTROL
"
49
50
A.
The central concrete plant shall conform to the check list
51
for certification of Ready Mixed Concrete Production
52
Facilities of the NRMCA.
53
City of Lubbock, Municipal Water Treatment - Contract 2
r
03311-3
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
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
B. Precast concrete may be produced by precaster if his
01
batching, mixing, and transporting facilities meet
02
requirements of Paragraph A immediately above.
03
04
05
PART 3 - EXECUTION
06
07
3.01 PREPARATION
08
09
A. General:
10
1. Complete formwork.
11
2. Remove earth, snow, ice, water, and other foreign
12
materials from areas that will receive concrete.
13
3. Secure reinforcement in place.
14
4, Position expansion joint material, anchors and other
15
embedded items.
16
5. Obtain approval of reinforcement erection and placement
17
prior to placing concrete.
18
6. Do not place concrete during rain, sleet, or snow, unless
19
adequate protection is provided and approval is obtained.
20
Do not allow rainwater to increase mixing water nor to
21
damage surface finish.
22
7. Plan size of crews with due regard for effects of
23
concrete temperature and atmospheric conditions on rate
24
of hardening of concrete as required to obtain good
25
surfaces and avoid unplanned cold joints.
26
a. Do not allow rainwater to increase mixing water nor
27
to damage surface finish.
28
8. Coat all construction joints with an'approved bonding
29
material, before new concrete is placed. Apply
30
proprietary bonding adhesive in accordance with
31
manufacturer's instructions.
32
9. Remove hardened concrete and foreign materials from inner
33
surfaces of conveying equipment and formwork.
34
35
B. Preparation of Subgrade for Slabs On Ground:
36
1. Subgrade drained and of adequate and uniform load -bearing
37
nature.
38
2. Obtain approval of subgrade compaction density prior to
39
placing slabs on ground.
40
3. Maintain subgrade at a temperature above 32 DegF before
41
concrete placing begins for sufficient amount of time
42
to remove frost.
43
4. Moisten subgrade to eliminate absorption. Keep subgrade
44
moist at time of concreting. Allow no free-standing
45
water on Subgrade or soft or muddy spots when concrete is
46
placed.
47
48
C. Edge Forms and Screeds:
49
1. Set accurately to produce designated elevations -and
50
contours of finished surface.
51
2. Sufficiently strong to support vibrating screeds or
52
roller pipe screeds, if required.
53
City of Lubbock, Municipal Water Treatment - Contract 2
k.
03311.5
r
01
3.
Use strike off templates, or approved vibrating type
01
�..
02
screeds, to align concrete surfaces to contours of screed
02
i
03
strips.
03
04
04
05
3.02
CONCRETE
MIXING
05
06
06
i
07
A.
General:
07
08
1.
Provide all concrete from a central plant conforming to
08
f-
09
Check List for Certification of Ready Mixed Concrete
09
10
Production Facilities of the NRMCA.
10
11
2.
Batch, mix, and transport in accordance with ASTM C94.
11
12
12
!^
13
B.
Control
of Admixtures:
13
!
14
1.
Charge admixtures into mixer as solutions.
14
15
a. Measure by means of an approved mechanical dispensing
15
16
device.
16
17
b. Liquid considered a part of mixing water.
17
18
c. Admixtures that cannot be;added in solution may be
18
19
weighed or measured by volume if so recommended by
19
20
manufacturer.
20
21
2.
Add separately, when two or more admixtures are used in
21
22
concrete, to avoid possible interaction that might
22
r
23
interfere with efficiency of either admixture, or
23
24
adversely affect concrete.
24
25
3.
Complete addition of retarding admixtures within one
25
r,
26
minute after addition of water to cement has been
26
27
completed, or prior to beginning of last three quarters
27
28
of required mixing, whichever occurs first.
28
29
29
i"
30
C.
Tempering
and Control of Mixing Water:
30
31
1.
Mix concrete only in quantities for immediate use.
31
32
2.
Discard concrete which has set.
32
r..
33
3.
Discharge concrete from ready mix trucks within time
33
34
limit and drum revolutions stated in ASTM C94.
34
35
4.
Minimum slump: 1 IN.
35
36
5.
Addition of water at the jobsite:
36
37
a. See Section 03308 for specified water cement ratio
37
38
and slump.
38
39
b. Do not exceed maximum specified water cement ratio or
39
r^
40
slump.
40
f
41
c. Incorporate water by additional mixing equal to at
41
42
leant half of total mixing required.
42
43
d. See Section 03350. Perform strength test on any
43
`
44
concrete to which water has been added at the
44
!
45
jobsite.
45
46
46
«—
47
3.03
PLACING OF CONCRETE
47
48
48
49
A.
General:
49
50
1.
Comply with ACI 304.
50
51
2.
Do not place concrete during rain, sleet or snow, unless
51
52
adequate protection is provided and approval is obtained.
52
53
3.
Deposit concrete:
53
City of Lubbock, Municipal Water Treatment - Contract 2
i
03311-6
4.
5.
6.
7.
8.
9.
10.
11.
a. Continuously to avoid cold joints.
b.In layers of 12 to 18 IN.
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.
Place concrete at such a rate that concrete, which is
being integrated with fresh concrete, is still workable.
Do not deposit concrete which has partially hardened or
has been contaminated by foreign materials.
Spreaders:
a. Temporary:
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
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 2
A
ri
01
02
03
04
05
06
g 07
08
09
10
11
12
r" 13
14
15
16
17
18
19
fool 20
21
22
�. 23
} 24
25
26
27
t 28
29
30
31
` 32
33
34
35
36
37
38
39
PM 40
41
42
43
r" 44
45
46
47
r 48
49
50
51
+ 52
53
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.
4. Temperature of concrete when discharged at site:
AIR TEMPERATURE
DEGF
30 to 45
0 to 30
below 0
MINIMUM CONCRETE
TEMPERATURE, DEGF
FOR SECTIONS WITH
LEAST DIMENSION
LESS THAN 12 IN
60
65
70
MINIMUM CONCRETE
TEMPERATURE, DEGF
FOR SECTIONS WITH
LEAST DIMENSION
12 IN OR GREATER
55
55
60
5. Heat subgrade, forms, and reinforcement so the
temperature of the subgrade, forms, and reinforcement
will be between 45 and 70 DegF, when temperature of
surrounding air is 40 DegF or below at time concrete is
placed. Remove all frost from subgrade, forms and
reinforcement before concrete is placed.
6. Combine water with aggregate in mixer before cement is
added, if water or aggregate is heated above 90 DegF.
7. Do not mix cement with water or with mixtures of water
and aggregate having a temperature greater than 90 DegF.
8. Do not place slabs on ground 'if temperature is below 40
DegF or if temperature surrounding the slab will be below
40 DegF before structure is enclosed and heated.
D. Hot Weather Concrete Placement:
1. Comply with ACI 305R.
2. Cool ingredients before mixing, or add flake ice or well
crushed ice of a size that will melt completely during
mixing for all or part of mixing water if high
temperature, low slump, flash set, cold joints, or
shrinkage cracks are encountered.
3. Temperature of concrete when placed:
a. Not to exceed 90 DegF.
b. Not so high as to cause:
1) Shrinkage cracks.
2) Difficulty in placement due to loss of slump.
3) Flash set.
4. Temperature of forms and reinforcing when placing
concrete:
a. Not to exceed 90 DegF.
b. May be reduced by spraying with water to cool below
90 DegF.
1) Leave no standing water to contact concrete being
placed.
E. Consolidating:
City of Lubbock, Municipal Water Treatment - Contract 2
03311-7
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
03311-8
1.
Consolidate in accordance with ACI 309 except as modified
01
herein.
02
2.
Consolidate by vibration so that concrete is thoroughly
03
worked around reinforcement, embedded items and into
04
corners of forms.
05
a. Eliminate:
06
1) Air or stone pockets.
07
2) Honeycombing or pitting.
08
3) Planes of weakness.
09
3.
Internal vibrators:
10
a. Minimum frequency of 8000 vibrations per minute.
11
b. Insert and withdraw at points approximately 18 IN
12
apart.
13
1) Allow sufficient duration at each insertion to
14
consolidate concrete but not sufficient to cause
15
segregation.
16
c. Use in:
17
1) Beams and girders of framed slabs.
18
2) Columns and walls.
19
4.
Obtain consolidation of slabs with internal vibrators,
20
vibrating screeds, roller pipe screeds, or other approved
21
means.
22
5.
Do not use vibrators to transport concrete within forms.
23
6.
Provide spare vibrators on jobsite during all concrete
24
placing operations.
25
7.
Bring a full surface of mortar against form by vibration
26
supplemented if necessary by spading to work coarse
27
aggregate back from formed surface, where concrete is to
28
have an as -cast finish.
29
8.
Use suitable form vibrators located just below top
30
surface of concrete, where internal vibrators cannot be
31
used in areas of congested reinforcing.
32
9.-
Prevent construction equipment, construction operations,
33
and personnel from introducing vibrations into freshly
34
placed concrete after the concrete has been placed and
35
consolidated.
36
37
F. Handle concrete from mixer to place of final deposit by
38
methods which will prevent segregation or -loss of ingredients
39
and
in a manner which will assure that required quality of
40
concrete is maintained.
41
1".
Use truck mixers, agitators, and non -agitating units in
42
accordance with ASTM C94.
43
2.
Horizontal belt conveyors:
44
a. Mount at a slope which will not cause segregation or
45
loss of ingredients.
46
b. Protect concrete against undue drying or rise in
47
temperature.
48
c. Use an arrangement at discharge end to prevent
49
segregation.
50
d. Do not allow mortar to adhere to return length of
51
belt.
52
e. Discharge conveyor runs into equipment specially
53
City of Lubbock, Municipal Water Treatment - Contract 2
7
t
r
t
03311-9
01
designed for spreading concrete.
01
02
3.
Metal or metal lined chutes:
02
03
a. Slope not exceeding 1 vertical to 2 horizontal and
03
04
not less than l vertical to 3 horizontal.
04
05
b. Chutes more than 20 FT long and chutes not meeting
05
06
slope requirements may be used provided they
06
07
discharge into a hopper before distribution.
07
08
c. Provide end of each chute with a device to prevent
08
09
segregation.
09
10
4.
Pumping or pneumatic conveying equipment:
10
11
a. Designed for concrete application and having adequate
11
12
pumping capacity.
12
13
b. Control pneumatic placement so segregation is avoided
13
14
in discharged concrete.
14
15
c. Loss of slump in pumping or pneumatic conveying
15
16
equipment shall not exceed 1-1/2 IN.
16
17
d. Do not convey concrete through pipe made of aluminum
17
18
or aluminum alloy.
18
19
e. Provide pumping equipment without Y sections.
19
20
20
21
21
22
3.04 JOINTS AND EMBEDDED ITEMS
22
23
23
24
A. General - Construction Joints:
24
25
1.
Locate joints as indicated on Contract Drawings or as
25
26
shown on approved shop drawings.
26
27
2.
Unplanned construction joints will not be allowed. If
27
28
concrete cannot be completely placed between planned
28
29
construction joints, then it must be removed.
29
30
3.
In general, locate joints near middle of spans of slabs,
30
31
beams and girders unless a beam intersects a girder at
31
32
this point, in which case, offset joint in girder a
32
33
distance equal to twice the width of the beam.
33
34
4.
Locate joints in walls and columns at underside of
34
35
floors, slabs, beams, or girders, and at tops of
35
36
foundations or floor slabs, unless shown otherwise.
36
37
a. At Contractor's option, beam pockets may be formed
37
38
into concrete walls. Size pockets to allow beam
38
39
reinforcing to be placed as detailed on Drawings.
39
40
5.
Place beams, girders, column capitals and drop panels at
40
41
same time as slabs.
41
42
6.
Make joints perpendicular to main reinforcement.
42
43
7.
Continue all reinforcement across joints. Provide
43
44
continuous keyways at all construction joints.
44
45
Construction joint keyways shall have dimensions as shown
45
46
on Drawings.
46
47
8.
Allow a minimum of 48 HRS before placement of adjoining
47
48
concrete construction.
48
49
9.
Provide waterstops in all below grade construction
49
50
joints.
50
51
51
52
B. Construction Joints - Spacing:
52
53
1.
General - Structures not intended to contain liquid:
53
City of Lubbock, Municipal Water Treatment - Contract 2
03311-10
a. Wall vertical construction joints:
1) 60 FT maximum centers.
2) At wall. intersections, 30 FT maximum from corner.
b. Wall horizontal construction joints: 10-15 FT
centers.
c. Base slab, floor, and roof slab construction joints:
1) Placements to be approximately square and not to
exceed 3500 SF.
2) Maximum side dimension of a slab pour to be
80 FT.
2. Structures intended to contain liquids:
a. Wall vertical construction joints:
1) 30 FT maximum centers.
2) At wall intersections, 15 FT maximum from corner.
b. Wall horizontal construction joints: 10-15 FT
centers.
c. Base slab, floor, and roof slab construction joints:
1) Placements to be approximately square and not to
exceed 2000 SF.
2) Maximum side dimension of a slab pour to be
60 FT.
C. Bonding at Construction Joints:
1. Obtain bond between concrete pours at construction joints
by thoroughly cleaning and removing all laitance from
construction joints. Before new concrete is placed, all
construction joints shall be coated with bonding agent or
cement grout.
a. General- Cement grout acceptable for all
construction joints except as noted in paragraph b.
below, or at Contractor's option use a bonding agent
for all construction joints.
1) Treatment of joint surface:
a) Roughen the surface of the concrete to expose
the aggregate uniformly.
b) Remove laitance, loosened particles of
aggregate or damaged concrete at the surface.
c). Dampen the hardened concrete (but do not
saturate) immediately prior to placing of
fresh concrete or grout.
2) Cover the hardened concrete of horizontal joints
with a coat of cement grout of similar
proportions to the concrete, except substitute
fine aggregate for coarse aggregate.
a) Place grout as thick as possible on vertical
surfaces.
b) Place 3 IN layer of grout in bottoms of wall
or column lifts immediately before placing
concrete and at least 1/2 IN thick on other
horizontal surfaces. Vibrate grout and first
layer of concrete simultaneously.
c) Place fresh concrete before the grout has
attained its initial set.
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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 2
r
03311-11
'
01
b. Use bonding agent for walls and slabs of tanks and
01
02
structures designed to contain liquids and at all
02
r'
03
joints in beams, girders, and slabs.
03
F
04
1) Joints receiving a bonding agent shall be
04
05
prepared, and applied in accordance with the
05
06
manufacturer's recommendations.
06
07
07
08
D. Locate joints in slabs on grade as indicated on Drawings.
08
09
1. Time cutting properly with set of concrete, if saut cut
09
10
joints are required or permitted.
10
11
a. Start cutting as 'soon as concrete has hardened
11
12
sufficiently to prevent aggregates being dislodged by
12
13
saw.
13
14
b. Complete before shrinkage stresses become sufficient
14
15
to produce cracking.
15
r..
16
16
t
17
E. Expansion Joints:
17
18
1. Do not permit reinforcement or other embedded metal items
18
19
bonded to concrete (except smooth dowels bonded on only
19
20
one side of joint) to extend continuously through an
20
21
expansion joint.
21
22
2. Use neoprene expansion joint fillers, unless noted
22
..
23
otherwise on Drawings.
23
24
3. Seal expansion joints as shown on Drawings. See Section
24
25
07900 for requirements.
25
26
26
r'
27
F. Waterstops:
27
t
28
1. Metal type, 12GA:
28
29
a. Clean and free of coatings that weaken the bond with
29
30
the concrete.
30
31
b. Continuous through the length of the construction
31
32
joint.
32
33
c. Lap junction between adjacent sections 5 IN and
33
34
securely bolt or weld together.
34
35
d. Maintain in proper position until surrounding
35
36
concrete is deposited and compacted.
36
r
37
2. Bulb type:
37
38
a. Position waterstop accurately in forms.
38
39
b. Install according to manufacturer's instructions. Do
39
40
not displace reinforcement from required location.
40
,_
41
c. Waterstops to be continuous.
41
42
d. Ends and intersections butt spliced with electrical
42
43
splicing iron in accordance with manufacturer's
43
44
instructions.
44
45
45
46
G. Other Embedded Items:
46
*.
47
1. Place sleeves, inserts, anchors, and embedded items
47
48
required for adjoining work or for its support, prior to
48
49
initiating concreting.
49
50
a. Give Contractor, whose work is related to concrete or
50
51
supported by it, ample notice and opportunity to
51
°
52
introduce and/or furnish embedded items before
52
53
concrete placement.
53
l
City of Lubbock, Municipal Water Treatment - Contract 2
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
03311-12
2. Do not place electrical conduit, drains, or pipes in or
thru concrete slabs, walls, columns, foundations, beams
or other structural members unless approved by'Engineer.
H. Placing Embedded Items:
1. Position expansion joint material, waterstops, and other
embedded items accurately.
2. Support against displacement.
3. Fill voids in sleeves, inserts and anchor slots
temporarily with readily removable material to.prevent
entry of concrete into voids.
4. Provide adequate means for anchoring waterstop in
concrete.
a. Provide means to prevent flat -strip waterstops in the
forms, from being folded over by the concrete as it
is placed.
b. Hold horizontal waterstops in place with continuous
supports, Tack the top edge of the waterstop.,
c. Hold vertical waterstops in place with light wire
ties, on 18 IN centers, passed through the edge of
the waterstop and tied to the two curtains of
reinforcing steel.
d. Work concrete under the waterstops by hand, so as to.
avoid the formation of air and rock pockets, when
placing roof and floor slab concrete around
waterstops.
3.05 FINISHING
A. See Section 03348.
1. Coordinate mixing and placing with finishing.
3.06 INSTALLATION OF GROUT
A. Grout Schedule of Use:
1. Sand cement grout:
a. Separate topping for basins.
b. General use.
2. Epoxy grout:
a. Patching cavities in concrete.
b. Grouting of dowels and,anchor bolts into existing
concrete.
c. Grouting of equipment base plates where driving motor
is 500 HP and above.
d. Other uses indicated on the Drawings.
3. Non -shrink non-metallic:
a. Column baseplates.
b. Grouting of equipment baseplates where driving motor
is less than 500 HP.
c. Other uses indicated on the Drawings.
B. Grout Performance Requirements:
1. Epoxy:
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 2
03311-13
i
01
a.
Three -component epoxy resin system.
02
1) Two liquid epoxy components.'
03
2) One inert aggregate filter component.
..
04
b.
Each component furnished in separate package for
05
mixing at jobsite.
r
06
2. Non
-shrink, nonmetallic grout:
07
a.
Factory premixed, requiring only water addition in
08
the field.
09
10
C. Grout Installation:
11
1. Sand cement grout:
12
a.
Consolidate grout by rodding or by other means to
13
assure complete filling of keyways.
(
14
b.
Cure grout by one of :methods specified herein.
15
2. Non
-shrink non-metallic grout:
16
a.
Clean concrete surface to receive grout.
17
b.
Saturate concrete with water for 24 HRS prior to
18
grouting.
19
c.
Mix in a mechanical mixer.
20
d.
Use no more water than necessary to produce flowable
21
grout.
22
e.
Place in accordance with manufacturer's instructions.
23
24
f.
Provide under beam, column, and equipment base
plates, and in other locations indicated on the
25
Drawings.
26
g.
Completely fill all spaces and cavities below the top
r"
27
of base plates.
28
h.
Provide forms where base plates and bed plates do not
29
confine grout.
�.
30
i.
Where exposed to view, finish grout edges smooth.
31
J.
Except where a slope is indicated on the Drawings,
32
finish edges flush at the base plate, bed plate,
33
member or piece of equipment.
j'
34
k.
Coat exposed edges of grout with cure or seal
ll
35
compound recommended by the grout manufacturer.
36
1.
Protect against rapid moisture loss by covering with
37
wet rags or polyethylene sheets. Wet cure grout for
38
7 days minimum.
39
3. Epoxy
grout:
40
a.
Mix and place in accordance with manufacturer's
r,
.41
instructions.
42
b.
Apply only to clean, dry, sound surface.
43
c.
Completely fill all cavities and spaces around dowels
44
and anchors without voids.
45
d.
Grout base and bed plates as specified for
46
non -shrinking, non-metallic grout.
47
e.
Obtain manufacturer's field technical assistance as
48
required to assure proper placement.
49
50
3.07 CURING AND PROTECTION
51
52
A. Protect
concrete from premature drying, excessively hot or
53
cold temperatures, and mechanical injury immediately after
r
City
of Lubbock, Municipal Water Treatment- Contract 2
.-%
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
03311-14.
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. Continuous application of steam (not exceeding 150 DegF)
or mist spray.
5. Application of waterproof sheet materials, conforming to
ASTM C171.
6. Application of other moisture retaining covering as
approved.
7. Application of a curing compound conforming to ASTM C309.
a. Apply curing compound in accordance with
manufacturer's recommendations immediately after any
water sheen which may develop after finishing has
disappeared from concrete surface.
b. Do not use on any surface against which additional
concrete or other material is to be bonded unless it
is proven that curing compound will not prevent bond.
c. Where a vertical surface is cured with a curing
compound, the vertical surface shall be covered with
a minimum of two coats of the curing compound.
1) Allow the preceding coat to completely dry prior
to applying the next coat.
2) Apply the first coat of curing compound to a
vertical surface immediately after form removal.
3) The vertical concrete surface at the time of
receiving the first coat shall be damp with no
free water on the surface.
4) A vertical surface: Any surface steeper than 1
vertical to 4 horizontal.
d. Curing compounds used in water treatment plant
construction shall be non -toxic and taste and odor
free.
C. Curing Concrete In Contact with Forms:
1. Minimize moisture loss from and temperature gain of
concrete placed in forms exposed to heating by sun by
keeping forms wet and cool until they can be safely
removed.
2. After form removal, cure concrete until end of time
prescribed.
a. Use one of methods listed above.
3. Forms left in place shall not be used as a method of
curing in hot weather.
City of Lubbock, Municipal Water Treatment - Contract 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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
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
03311-15
4. The term 'hat weather," where used in these
01
specifications, is defined in ACI 305R.
02
5. In hot weather, remove forms from vertical surfaces as
03
soon as concrete has gained sufficient strength so that
04
the formwork is no longer required to support the
05
concrete.
06
07
D. Continue curing for at least 7 days for all concrete except
08
high early strength concrete for which period shall be at
09
least 3 days. If one of curing procedures indicated above is
10
used initially, it may be replaced by one of other procedures
11
indicated any time after concrete is 1 day old, provided
12
concrete is not permitted to become surface dry during
13
transition.
14
15
E. Cold Weather:
16
1. Follow recommendations of ACI 306R.
17
2. Maintain temperature of concrete between 50 and 70 DegF
18
for required curing period, when outdoor temperature is
19
40 DegF, or less.
20
3. Use heating, covering, insulating, or housing of the
21
concrete work to maintain required temperature without
22
injury due to concentration of heat.
23
4. Do not use combustion heaters unless precautions are
24
taken to prevent exposure of concrete to exhaust gases
25
which contain carbon dioxide.
26
5. Interior slabs in areas intended to be heated shall be
27
adequately protected so that frost does not develop in
28
the supporting subgrade.
29
30
F. Hot Weather:
31
1. Follow recommendations of ACI 305R.
32
2. Make provision for cooling forms, reinforcement and
33
concrete, windbreaks, shading, fog spraying, sprinkling,
34
ponding, or wet covering with a light colored material.
35
3. Provide protective measures as quickly as concrete
36
hardening and finishing operations will allow.
37
38
G. Rate of Temperature Change:
39
1. Keep changes in temperature of air immediately adjacent
40
to concrete as uniform as possible, during and
41
immediately following curing period.
42
2. Do not exceed a temperature change of 5 DegF in any 1 HR
43
or 50 DegF in any 24 HR period.
44
45
H. Protection from Mechanical Injury:
46
1. Protect concrete from damaging mechanical disturbances,
47
such as load stresses, heavy shock, and excessive
48
vibration.
49
2. Protect finished concrete surfaces from damage by
50
construction equipment, materials, or methods, and by
51
rain or running water.
52
3. Do not load self supporting structures in such a way as
53
City of Lubbock, Municipal Water Treatment - Contract 2
PM
r
03311-16
01
to overstress concrete.
01
02
02
03
3.08 FIELD QUALITY CONTROL
03
04
04
05
A. Strength tests in accordance with Section 03350.
05
06
1. Perform a strength test on all concrete to which water or
06
07
superplastisizer, in addition to the amount stated in the
07
08
concrete mix design, has been added at the jobsite.
08
09
a.. Perform strength test after water or superplastisizer
09
10
has been added and additional mixing has been
10
11
performed.
11
12
12
13
B. Field samples of fabricated waterstop fittings (crosses,
13
14
tees, etc.) will be selected at random by the Engineer for
14
15
testing by a laboratory at the Owner's expense. when tested,
15
16
they shall have a tensile strength across the joints equal to
16
17
at least 600 psi.
17
18
18
19
END OF SECTION
19
City of Lubbock, Municipal water Treatment - Contract 2
I
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
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.
5. Section 09905 - Painting and Protective Coatings.
1.02 QUALITY ASSURANCE
A. Referenced Standards:
1. American Concrete Institute (ACI):
a. 301, Specifications for Structural Concrete for
Buildings.
2. American Society for Testing and Materials (ASTM):
a. C150, Standard Specification for Portland Cement.
b. C309, Standard Specification for Liquid Membrane -
Forming Compounds for Curing Concrete.
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
03348-1
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 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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
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
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. Chemical Floor Hardener and Sealing Compound:
1. Chlorinated rubber, minimum 18 percent solids.
2. Provide materials which do not react with, inhibit or
otherwise interfere with adhesives for bonding future
floor finishes.
B. Bonding Agent:
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19,
20
21
22
23
24
25
26
27
28
29
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 2
r
03348-3
01
1.
r
High .solids acrylic latex base liquid fo interior io or
01
02
exterior application as a bonding agent to improve
02
r.
03
adhesion and mechanical properties of concrete patching
03
+
04
mortars.
04
05
2.
Euclid Chemical Co."Flex-Con."
05
06
3.
Master Builders Inc."Acryl-Set."
06
07
4.
L & M Construction Chemicals "Everbond."
07
08
S.
Thoro System Products "Acryl 60."
08
09
10
C.
Cement:
10
11
1.
ASTM C150, Type I portland.
11
12
12
13
D.
Aggregate:
13
14
1.
Sand: Maximum size #30 mesh sieve.
14
15
2.
For exposed aggregate finish surfaces: Same as
15
-
16
surrounding wall.
16
17
17
t
18
E.
Water: Potable.
18
19
19
20
F.
Decorative Coating for Concrete:
20
21
1.
Factory batch blend of hydraulic cements, lime, pigments,
21
22
plasticizers, dispersants and aggregates.
22
23
23
24
2.03
MIXES
24
25
25
26
27
A.
Bonding Grout:
1. One part cement to one part aggregate.
26
27
28
2.
Mix cement and aggregate.
28
29
3.
Mix bonding agent and water together in separate
29
r'
30
container in accordance with manufacturer's instructions.
30
31
4.
Add bonding agent/water mixture to cement/aggregate
31
32
mixture.
32
33
34
S.
6.
Mix to consistency of thick cream.
Bonding itself be
33
agent may used as bonding grout if
34
35
approved by manufacturer.
35
36
36
37
B.
Patching Mortar:.
37
P
38
1.
One part cement to two and one-half parts aggregate by
38
39
damp loose volume.
39
40
a. Substitute white portland cement for a part of gray
40
41
portland cement to produce color matching surrounding
41
42
concrete.
42
43
2.
Mix cement and aggregate.
43
44
-3.
Mix bonding agent and water together in separate
44
45
container in accordance with manufacturer's instructions.
45
46
4.
Add only enough bonding agent/water mixture to
46
47
cement/aggregate mixture to allow handling and placing.
47
48
5.
Let stand with frequent manipulation with a trowel, until
48
49
mix has reached stiffest consistency to allow placement.
49
50
50
51
C.
Decorative Coating for Concrete:
51
52
1.
Mix in accordance with manufacturer's recommendations
52
53
using bonding agent acceptable to coating manufacturer.
53
r
City of Lubbock, Municipal Water Treatment - Contract 2
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
03348-4
O1
02
PART 3 - EXECUTION
03
04
3.01 PREPARATION
05
06
A. Repair surface defects including filling tie holes within 24
07
HRS after removal of forms.
08
1. Remove all honeycombed and other defective concrete down
09
to sound concrete.
10
2. Chip or abrasive blast to completely open air pockets and
11
honeycombs deeper than 1/4 IN, and other defective
12
concrete down to sound concrete.
13
a. If chipping is necessary, make edges perpendicular to
14
surface or slightly undercut.
15
b. No featheredges will be permitted.
16
17
B. Filling Tie Holes and Repairing Surface Defects:
18
1. Fill and repair using patching mortar mix specified in
19
Article 2.03, MIXES.
20
2. Clean surfaces to remove dust, dirt, laitence, form oil,
21
grease, or other contaminants.
22
a. If required by bonding agent manufacturer, etch
23
surfaces with a muriatic acid solution followed by a
24
thorough rinse with clean water.
25
3. Dampen area to be patched and an area at least 6 IN wide
26
surrounding it prior to application of bonding grout.
27
4. Brush bonding grout into the surface after the surface
28
water has evaporated.
29
5. Allow bonding grout to set for period of time required by
30
bonding agent manufacturer before applying premixed
31
patching mortar.
32
6. Consolidate mortar into place and strike off so as to
33
leave patch slightly higher than surrounding surface.
34
a. Fill tie holes and areas where honeycombed or
35
defective concrete have been removed.
36
7. Leave undisturbed for at least 60 minutes before
37
finishing level with surrounding surface.
38
a. Do not use metal tools in finishing a patch in a
39
formed wall which will be exposed or coated with
40
.other materials.
41
S. Keep areas damp for 7 days or in accordance with bonding
42
agent manufacturer's directions.
43
44
3.02 INSTALLATION AND APPLICATION
45
46
A. Do not repair surface defects or apply wall finishes when
47
temperature is or is expected to be below 50 DegF.
48
1. If necessary, enclose and heat area to between 50 and 70
49
DegF during repair of surface defects and curing of
50
patching material.
51
52
B. Chemical Floor Hardener and Sealer Compound Application:
53
City of Lubbock, Municipal Water Treatment - Contract 2
r
i
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
r 19
20
21
r 22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
l 40
i 41
42
r 43
44
45
PM 46
47
t 48
49
50
51
52
r 53
t.
03348-5
1. Apply to floor areas indicated on the Drawings.
2. Apply at rate recommended by manufacturer.
C. 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
floors.
2) Walls being waterproofed.
3) Use at all exposed surfaces not specified to
receive another finish.
4. Finish #3 - Smooth rubbed finish:
a. Use Finish #2 - As cast smooth form finish as above.
b. Begin finish 1 day after form removal.
c. Wet surface and rub with carborundum brick or other
abrasive until uniform color and texture is achieved.
d. No cement grout shall be used other than the cement
paste drawn from concrete wall itself by the rubbing
procedure.
e. Provide this finish on all exposed to view exterior
surfaces unless noted otherwise.
f. Construct mock-up per Article 1.03.
5. Finish #4 - Decorative coating finish:
a. Use Finish #2 - As cast smooth form finish as base.
b. Brush on decorative coating to entire surface.
1) As a mixing liquid for the decorative coating,
use bonding agent and water mixture as
recommended by coating manufacturer.
2) Color shall be "Standard Grey."
3) Apply two coats at 2 LBS per square yard per
coat.
c. When second coat is set, float to a uniform texture
with a sponge float.
d. Provide this finish where noted and at Contractor's
option in lieu of Finish #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
r
City of Lubbock, Municipal Water Treatment - Contract 2
03348-6
e. Construct mock-up per Article 1.03.
6. Finish #5 - Grout cleaned finish:
a. Use Finish #2 - As cast smooth form finish as base.
b. All contiguous surfaces to be cleaned shall be ,
completed and accessible before cleaning operation
begins:
c. Mix one part portland Cement and one and one-half
parts fine sand with sufficient bonding agent/water
mixture to produce a grout with the consistency of
thick paint.
1) White portland cement shall be substituted for
gray portland cement to produce a color that
matches color of surrounding concrete as
determined by trial patch for areas not to be
painted.
d. Wet surface of concrete to prevent absorption of
water by grout and uniformly apply grout with brushes
or spray gun.
e. Immediately after applying grout mix, scrub the
surface with a cork float or stone to coat surface
and fill air bubbles and holes.
f. While grout is still plastic, remove all excess grout
by working surface with rubber float or sack.
g. After the surface whitens from drying, rub vigorously
with clean burlap.
h. Keep final finish damp for a minimum of 36 HRS after
final rubbing.
i. Provide this finish on all surfaces which are to be
painted, or to be coated by other material, or to
remain as grout cleaned finish.
J. Construct mock-up per Article 1.03.
D. Related Unformed Surfaces (Except Slabs):
1. Strike smooth tops of walls or buttresses, horizontal
offsets, and similar unformed surfaces occurring adjacent
to formed surfaces after concrete is placed.
2. Float surface to a texture consistent with that of formed
surfaces.
3. Continue treatment uniformly across unformed surfaces.
E. Concrete Finishes for Horizontal Slab Surfaces:
1. General: Tamp concrete to force coarse aggregate down
from surface. Screed with straightedge, eliminate high
and low places, bring surface to required finish
elevations; slope uniformly to drains. Dusting of
surface with dry cement or sand during finishing
processes not permitted.
2. Unspecified slab finish: When type of finish is not
indicated, use following finishes as applicable:
a. Surfaces intended to receive bonded applied
cementitious applications: Scratched finish.
b. Surfaces intended to receive roofing (except future
floors), waterproofing membranes, or sand bed
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
18
19
20
21
22
23
24
25
26
27
28
29
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 2
r
03348-7
O1
terrazzo: Floated finish.
01
02
c. Floors (and roof surfaces'which are future floors
02
03
intended as walking surfaces or for reception of
03
04
floor coverings): Troweled finish.
04
05
d. Sidewalks, garage floors and ramps: Broom or belt
05
06
finish.
06
07
e. Exterior slabs, platforms, steps, and landings,
07
08
exterior and interior pedestrian ramps, not covered
08
09
by other finish materials: Broom or belt finish.
09
10
f. All slabs to receive a floated finish before final
10
11
finishing.
11
12
3.
Scratched slab finish: After concrete has been placed,
12
13
consolidated, struck off, and leveled to a Class B
13
14
tolerance, roughen surface with stiff brushes or rakes
14
15
before final set.
15
16
4.
Floated finish:
16
17
a. After concrete has been placed, consolidated, struck
17
18
off, and leveled, do no further work until ready for
18
19
floating.
19
20
b. Begin floating when water sheen has disappeared and
20
21
surface has stiffened sufficiently to permit
21
22
operations. Use wood or cork float.
22
23
c. During or after first floating, check planeness of
23
24
entire surface with a 10 FT straightedge applied at
24.
25
not less than two different angles.
25
26
d. Cut down all high spots and fill all low spots to
26
27
produce a surface with Class B tolerance throughout.
27
28
e. Refloat slab immediately to a uniform sandy texture.
28
29
5.
Troweled finish:
29
30
a. Float finish surface to true, even plane.
30
31
b. Power trowel, and finally hand trowel.
31
32
c. First troweling after power troweling shall produce a
32
33
smooth surface which is relatively free of defects,
33
34
but which may still show some trowel marks.
34
35
d. Perform additional trowelings by hand after surface
35
36
has hardened sufficiently.
36
37
e. Final trowel when a ringing sound is produced as
37
38
trowel is moved over surface.
38
39
f. Thoroughly consolidate surface by hand troweling.
39
40
g. Leave finished surface essentially free of trowel
40
41
marks, uniform in texture and appearance and plane to
41
42
a Class A tolerance.
42
43
h. On surfaces intended to support floor coverings,
43
44
remove any defects that would show through floor
44
45
covering by grinding.
45
46
6.
Broom or belt finish: Immediately after concrete has
46
47
received a float finish as specified, give it a
47
48
transverse scored texture by drawing a broom or burlap
48
49
belt across surface.
49
50
7.
Underside of concrete slab finish: As cast smooth form
50
51
finish as specified for vertical surfaces..
51
52
8.
Hardened finish: Apply chemical floor hardener and
52
53
sealing compound after finishing operation to all floor
53
City of Lubbock, Municipal Water Treatment Contract 2
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
03348-8
slabs as noted on Drawings or Room Finish Schedule.
a. Apply ,chemical hardener in accordance with
manufacturer's printed instructions. Apply two
coats.
b. After final coat of chemical hardener is applied and
dried, remove surplus hardener by scrubbing and
mopping with water.
c. Do not place chemical hardener on floor area
scheduled to receive synthetic matrix terrazzo, tile,
epoxy flooring, terrazzo and like items.
3.03 REPAIR OF REJECTED HORIZONTAL FINISHES
A. Unacceptable horizontal finishes shall be replaced or
corrected provided strength and appearance are not adversely
affected. High spots may be removed by grinding and/or low
spots filled with a patching compound or other remedial
measures performed or permitted.
3.04 FIELD QUALITY CONTROL
A. Horizontal slab finishes will be accepted provided:
1. Applicable specification requirements are satisfied.
2. Water does not pond in areas sloped to drain. .
3. Gap between a 10 FT straightedge placed anywhere on the
finished surface do not exceed:
a. Class A tolerance: 1/8 IN.
b. Class B tolerance: 1/4 IN.
4. Accumulated deviation from intended true plane of
finished surface does not exceed 1/2 IN.
5. Accuracy of floor finish does not adversely affect
installation and operation of movable equipment, floor
supported items, or items fitted to floor (doors., tracks,
etc.).
B. Do not repair surface defects or apply slab 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.
C. Unacceptable finishes shall be replaced or, if approved by
Engineer, may be corrected provided strength and appearance.
are not adversely affected. High spots to be removed by
grinding and/or low spots filled with a patching compound or
other remedial measures to match adjacent surfaces.
3.05 PROTECTION
A. All horizontal slab surfaces receiving applied toppings or
hardener sealer compound shall be kept free of traffic and
loads for minimum of 10 days following installation of
topping or compound.
City of Lubbock, Municipal Water Treatment Contract 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
03348-9
01
02 END OF SECTION
City of Lubbock, Municipal Water Treatment - Contract 2
O1
02
(THIS PAGE LEFT BLANK INTENTIONALLY)
r
03350-1
01
91F13 SECTION 03350
01
02
02
03
TESTING
03
04
04
r
05
05
06
PART 1 - GENERAL
06
07
07
08
1.01 SUMMARY
08
09
09
10
A. Section Includes:
10
11
1. Materials and concrete testing as required to establish
11
12
13
concrete mix design.
2. Testing of concrete during construction for compliance
12
13
14
with Contract Documents.
14
15
3. In -place testing of concrete, if required.
15
16
16
17
B. Related Sections include but are not necessarily limited to:
17
18
1. Division 0 - Bidding Requirements, Contract Forms, and
18
r.
19
Conditions of the Contract.
19
20
2. Division 1 - General Requirements.
20
21
3. Section 03208 — Reinforcement.
21
22
4. Section 03308 - Concrete, Materials and Proportioning.
22
23
5. Section 03311 - Concrete Mixing, Placing, Jointing, and
23
24
Curing.
24
25
25
26
1.02 RESPONSIBILITY AND PAYMENT
26
27
27
28
A. Owner and Contractor each provide and pay for certain testing
28
29
services:
29
30
1. Owner: Retain the services of a Testing Agency to
30
I
31
perform testing services for the following:
31
32
a. Testing of concrete and other cement -containing
32
33
products produced by or for the Contractor for
33
34
incorporation into the work during the construction
34
35
of the Project for compliance with the Contract
35
36
Documents.
36
r37
2. Contractor: Retain the services of a Testing Agency to
37
38
perform testing services for the following:
38
39
a. Testing of materials and mixes proposed by the
39
r'
40
Contractor for compliance with the Contract Documents
40
41
and retesting in the event of changes.
41
42
b. Additional testing or retesting of materials or
42
43
44
concrete or other cement -containing products
occasioned by their failure, by test or inspection,
43
44
45
to meet requirements of the Contract Documents.
45
46
c. Strength testing on any concrete to which water has
46
47
been added at the jobsite.
47
48
d. In -place testing of concrete as may be required by
48
49
Engineer when strength of structure is considered
49
50
potentially deficient.
50
51
e. Other testing services needed or required by
51
52
Contractor such as:
52
53
1) Field curing of test specimens and testing of
53
r
City of Lubbock, Municipal Water Treatment - Contract 2
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
03350-2
specimens for determining when forms, form
shoring, or reshoring may be removed.
1.03 QUALITY ASSURANCE
A. Referenced Standards:
1. American Association of State Highway and Transportation
Officials (AASHTO):
a. T260, Standard Method of Sampling and Testing for
Total Chloride Ion in Concrete and Concrete Raw
Materials.
2. American Concrete Institute (ACI):
a. 318, Building Code Requirements for Reinforced
Concrete.
3. American Society for Testing and Materials (ASTM):
a. C31, Standard Method of Making and Curing Concrete
Test Specimens in the Field.
b. C39, Standard Method of Test for Compressive Strength
of Cylindrical Concrete Specimens.
c. C42, Standard Method of Obtaining and Testing Drilled
Cores and Sawed Beams of Concrete.
d. C138, Standard Method of Test for Unit Weight, Yield,
and Air Content (Gravimetric) of Concrete.
e. C143, Standard Method of Test for Slump of Portland
Cement.
f. C172, Standard Method of Sampling Fresh Concrete.
g. C173, Standard Method of Test for Air Content of
Freshly Mixed Concrete by the Volumetric Method.
h. C231, Standard Method of Test for Air Content of
Freshly Mixed Concrete by the Pressure Method.
i. E329, Standard Recommended Practice for Inspection
and Testing Agencies for Concrete, Steel, and
Bituminous Materials as Used in Construction.
B. Qualifications:
1. Testing Agency:
a. Meeting requirements of ASTM E329.
b. Provide evidence of recent inspection by Cement and
Concrete Reference Laboratory of National Bureau of
Standards, and correction of deficiencies noted.
1.04 DEFINITIONS
A. Testing Agency: An independent professional testing firm or
service hired by Contractor or by Owner to perform testing
and analysis services on materials, mixes, structures, and
other items as directed, and as provided in the Contract
Documents.
1.05 SUBMITTALS
A. Shop Drawings:
1. See Section 01340.
City of Lubbock, Municipal Water Treatment - Contract 2
01 .
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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
D1 2. Product technical data including:
D2 a. Concrete materials and concrete mix designs proposed
D3 for use. Include results of all testing performed to
D4 qualifymaterials and to establish mix designs.
D5 Place no concrete until approval of mix designs has
D6 been received in writing. Submittal for each
07 concrete mix design to include:
D8 1) Sieve analysis and source of fine and coarse
D9 aggregates.
10 2) Test for aggregate organic impurities.
11 3) Proportioning of all materials.
12 4) Type of cement with mill certificate for the
13 cement.
14 5) Brand, quantity and class of fly ash proposed for
15 use along with other submittal data as required
16 for fly ash by Section 03308.
17 6) Slump.
18 7) Brand, type and quantity of air entrainment and
19 any other -proposed admixtures.
20 8) Total chloride ion content per cubic yard of
21 concrete determined in accordance with AASHTO
22 T260.
23 9) 28-day compression test results and any other
24 data required by Section 03308 to establish
25 concrete mix design.
26 3.' Certifications:
27 a. Testing Agency qualifications.
28 4. Test results:
29 a. Strength test results on concrete placed during
30 construction including slump, air content, and
31 concrete temperature.
32 b. Strength test results on concrete core samples of
33 in -place construction if required.
34 c. Results of load testing in -place concrete
35 construction when load testing is required.
36
37
8 PART 2 - PRODUCTS - (NOT APPLICABLE TO THIS SECTION)
9
0
1 PART 3 - EXECUTION
2
3 3.01 TESTING SERVICES TO BE PERFORMED BY TESTING AGENCY
4
5 A. Review and test Contractor's proposed materials for
6 compliance with the Contract Documents.
7
8 B. Review and test Contractor's proposed concrete mix design(s).
9
0 C. Conduct tests on concrete and other cement -containing
1 products produced by or for Contractor for incorporation into
2 the work during the construction of the Project for
3 compliance with the Contract Documents.
City of Lubbock, Municipal Water Treatment - Contract 2
03350-3
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
03350-4
1. Strength tests using the following procedures:
a. Secure concrete samples in accordance with ASTM C172.
Obtain each sample from a different batch of concrete
on a random basis, avoiding selection of test batch
other than by a number selected at random before
commencement.of concrete placement.
b. For each strength test mold and cure three cylinders
from each sample in accordance with .ASTM C31. Record
any deviations from requirements on test report.
c. Test cylinders in accordance with ASTM C39. Test two
cylinders at 28 days for strength test result and one
at 7 days for information.
1) Strength test result: Average of strengths of
two cylinders from the same sample tested at 28
days. If one cylinder in,a test manifests
evidence of improper sampling, molding, handling,
curing, or testing, discard; strength of
remaining cylinder shall be considered strength
test result. Should both°cylinders in a test
show any of above defects, discard entire test.
d. Concrete,sand cement grout; one strength test
consisting of 6 IN DIA x 12 IN high cylinders for
each 4 HR period of grout placement or fraction
thereof.
e. Precast concrete, concrete topping, concrete fill and
lean concrete; one strength test consisting of 6 IN
DIA x 12 IN high cylinders for each,10 CY of.,each
type of concrete or fraction thereof placed.
f. All other concrete; one strength test consisting of 6 .
IN DIA x 12 IN high cylinders to be taken not less
than once a day, nor less than once for each 60 CY or
fraction thereof placed in any 1 day.
1) If total volume of concrete on project is such
that frequency of testing required in above
paragraph will provide less than five strength
tests, tests shall then be made from at least
five randomly selected batches or from each batch
if fewer than five -batches are provided.
D. Determine slump of concrete sample for each strength test.
Determine slump in accordance with ASTM C143.
1. If consistency of concrete appears to vary, the Engineer
shall be able to require a slump test for each concrete
truck. This practice shall continue until the Engineer
deems it no longer necessary.
E. Determine air content of concrete sample for each strength
test in accordance with either ASTM C231, C173, or C138.
F. Determine temperature of concrete sample for each strength
test.
3.02 OTHER TESTING SERVICES TO BE PERFORMED BY TESTING AGENCY
City of Lubbock, Municipal Water Treatment —Contract
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
u
03350-5
01
AS NEEDED
O1
02
02
03
A.
Following services to be performed by Testing Agency when
03
04
necessary at no additional cost to Owner:
04
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 by
08
09
their failure, by test or inspection, to meet
09
10
Specification requirements.
10
11
3. Perform strength test on any concrete to which water has
11
12
been added at the jobsite.
12
13
4. Other testing services needed or required by Contractor,
13
14
such as; field cured test specimens for determining when
14
15
forms, form shoring or reshoring may be removed.
15
16
a. An extra strength test is required for concrete
16
17
subject to either live load or shore removal prior to
17
18
28 days after placing concrete.
18
19
19
20.
3.03
DUTIES AND AUTHORITIES OF TESTING AGENCY
20
21
21
22
A.
Testing Agency to inspect, sample and test materials and
22
23
production of concrete as required by these Contract
23
24
Documents and by Engineer. When it appears that any material
24
25
furnished or work performed by Contractor fails to fulfill
25
26
requirements of the Contract Documents, Testing Agency to
26
27
report such deficiency to Engineer and Contractor.
27
28
28
29
B.
Testing Agency to report all test and inspection results to
29
30
Engineer and Contractor immediately after they are performed.
30
31
All test reports to include exact location in the work at
31
32
which batch represented by a test was deposited. Reports of.
32
33
strength tests to include detailed information on storage and
33
34
curing of specimens prior to testing.
34
35
35
36
C.
Limited Authority of Testing Agency: Any Testing Agency or
36
37.
agencies and their representatives retained by Contractor or
37
38
Owner for any reason are not authorized to revoke, alter,
38
39
relax, enlarge, or release any requirement of Contract
39
40
Documents, nor to reject, approve or accept any portion of
40
41
the Work.
41
42
42
43
3.04
RESPONSIBILITIES AND DUTIES OF CONTRACTOR
43
44
44
45
A.
Provide necessary testing services for qualification of
45
46
proposed materials and establishment of concrete mix
46
47
design(s).
47
48
48
49
B.
Use of Testing Agency and approval by Engineer of proposed
49
50
concrete mix design shall in no way relieve Contractor of
50
51
responsibility to furnish materials and construction in full
51
52
compliance with Contract Documents.
52
53
53
City of Lubbock, Municipal Water Treatment — Contract 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
03350-6
C.
To facilitate testing and inspection, perform the following:
01
1. Furnish any necessary labor to assist Testing Agency in
02
obtaining and handling samples at site or other sources
03
of materials.
04
2. Provide and maintain for sole use of Testing Agency
05
adequate facilities for safe storage and proper curing of
06
concrete test specimens on site for first 24 HRS as
07
required by ASTM C31.
08
09
D.
Notify Engineer and Owner's Testing Agency sufficiently in
10
advance of operations (minimum of 24 HRS) to allow for
11
completion of quality tests and for assignment of personnel.
12
13
3.05
EVALUATION OF CONCRETE TEST RESULTS
14
15
A.
Test results for standard molded and cured test cylinders to
16
be evaluated separately for each concrete mix design. Such
17
evaluation shall be valid only if tests have been conducted
18
in accordance with specified quality standards. For
19
evaluation of potential strength and uniformity, each mix
20
design shall be represented by at least three strength tests.
21
A strength test shall be the average of two cylinders from
22
the same sample tested at 28 days.
23
24
B.
Acceptance of Concrete:
25
1. Strength level of each specified concrete compressive
26
strength shall be considered satisfactory if both of the
27
following requirements are met:
28
a. Average of all sets of three consecutive strength
29
• tests equal or exceed the required specified 28-day
30
compressive strength.
31
b. No individual strength test falls below the required
32
specified 28-day compressive strength by more than
33
500 psi.
34
35
3.06
TESTING OF CONCRETE -IN -PLACE
36
37
A.
In -place testing of concrete may be required by Engineer when
38
strength of structure is considered potentially deficient as
39
specified in paragraph 3.07 D.
40
41
B.
Testing by impact hammer, sonoscope, or other nondestructive
42
device may be permitted by Engineer to determine relative
43
strengths at various locations in structure or for selecting
44
areas to be cored. Such tests shall not be used as a basis
45
for acceptance or rejection.
46
47
C.
Core Tests:
48
1. Where required, obtain and test cores in accordance with
49
ASTM C42. If concrete in structure will be dry under
50
service conditions, air dry cores (temperature 60 to 80
51
DegF, relative humidity less than 60 percent) for 7 days
52
before test and test dry. If concrete in structure will
53
City of Lubbock, Municipal Water Treatment - Contract 2
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
r
be wet or subjected to high moisture atmosphere under
service conditions, test cores after immersion in water
for at least 40 HRS 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.
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
City of Lubbock, Municipal Water Treatment - Contract 2
03350-7
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
03350-8
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 such a manner as to reduce strength.
d. Curing time and procedure not meeting requirements
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
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 in
place is considered potentially deficient.
4. If core tests are inconclusive or impractical to obtain
or if.structural analysis does not confirm safety of
structure, load tests may be required and their results
evaluated in accordance with Chapter 20 of ACI 318.
5. Correct or 'replace concrete work judged inadequate by
structural analysis or by results of core tests or load
tests with additional construction, as directed by
Engineer, at Contractor's expense.
6. Contractor to pay all costs incurred in providing
City of Lubbock, Municipal Water=Treatment- Contract 2
of
in
01
02
03
04
05
06
07
08.
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
J
7
O1 additional testing and/or structural analysis required.
02
03 END OF SECTION
City of Lubbock, Municipal Water Treatment - Contract 2
03350-9
O1
02
03
(THIS PAGE LEFT BLANK INTENTIONALLY)
L,
r.,
03450-1
O1
91F13 SECTION 03450
01
7
02
02
03
ARCHITECTURAL PRECAST CONCRETE
03
04
04
r•
05
05
06
PART 1 GENERAL
06
.
07
07
08
1.01 'SUMMARY
08
09
09
10
A. Section Includes:
10
11
1. Architectural precast concrete.
11
r
12
12
13
B. Related Sections include but are not necessarily limited to:
13
14
1. Division 0 - Bidding Requirements, Contract Forms, and
14
r,
15
Conditions of the Contract.
15
f
16
2. Division 1 - General Requirements.
16
17
3. Section 03108 — Formwork.
17
18
4. Section 03208 - Reinforcement.
18
19
5. Section 03308 - Concrete, Materials and Proportioning.
19
20
6. Section 05120 - Structural Steel.
20
21
7. Section 07600 - Flashing and Sheet Metal.
21
r,
22
8. Section 07900 - Joint Sealants.
22
23
23
24
1.02 QUALITY ASSURANCE
24
25
25
r'.
26
A. Referenced Standards:
26
i
27
1. American Concrete Institute (ACI):
27
28
a. 318, Building Code'Requirements for Reinforced
28
r•
29
Concrete.
29
30
2. American Society for Testing and Materials (ASTM):
30
31
a. A108, Steel Bars, Carbon, Cold -Finished, Standard
31
32
Quality.,
32
33
b. A123, Zinc (Hot -Dip Galvanized) Coatings on Iron and
33
34
Steel Products.
34
35
c. A185, Standard Specification for Steel Welded Wire,
35
r-
36
Fabric, Plain for Concrete Reinforcement.
36
37
d. A615, Standard Specification for Deformed and Plain
37
38
Billet -Steel Bars for Concrete Reinforcement.
38
39
e. C33, Concrete Aggregates Specification.
39
40
f. C39, Test Method for Compressive Strength of
40
41
Cylindrical Concrete Specimens.
41
42
g.- C97, Test Methods for Absorption and Bulk Specific
42
43
Gravity of Natural Building Stone.
43
44
h. C150, Standard Specification for Portland Cement.
44
45
1. C173, Test Method for Air Content of Freshly Mixed
45
46
Concrete by the Volumetric Method.
46
47
J. C231, Test Method for Air Content of Freshly Mixed
47
48
Concrete by the Pressure Method.
48
49
k. C260, Specification for Air -Entraining Admixtures for
49
t"
50
Concrete.
50
51
3. American Welding Society (AWS):
51
52
a. A5.1, Specification for Covered Carbon Steel Arc
52
53
Welding Electrodes.
53
s
City of Lubbock, Municipal Water Treatment -Contract 2
03450-2
01
b. D1.1,*Structural Welding Code Steel.
01 _
02
c. D1.4, Structural Welding Code Reinforcing Steel.
02
03
4. Precast Concrete Institute (PCI):
03
04
a. Manual for Quality Control for Plants and Production
04
05
of Architectural Precast Concrete Products.
05
06
b. PCI Design Handbook.
06
07
07
08
B.
Qualifications:
08
09
1. Fabricator shall have not less than 5 years experience in
09
10
manufacturing architectural precast concrete similar to
10
11
units required. Plant to comply with PCI "Manual for
11
12
Quality Control for Plants and Production of
12
13
Architectural Precast Concrete Products."
13
14
14
15
1.03
SUBMITTALS
15
16
16
17
A.
Shop Drawings:
17
18
1. See Section 01340.
18
19
2. Fabrication and/or layout drawings:
19
20
a. Profiles, joints, arrangement of units, details of
20
21
special designs or shapes, location and size of
21
22
reinforcing and embedded items.
22 �
23
3. Product technical data including:
23
24
a. Acknowledgement that products submitted meet
24
25
requirements of standards referenced.
25
.26
b. Manufacturer's installation instructions.
26
27
c. Structural calculations for prefabricated panels
27
28
showing that embedded connections can support all
28
29
loading.
29
30
30
31
B.
Samples:
31
32
1. Before fabrication:. 12 IN long sample of precast
32
33
concrete for each type of finish showing color and
_
33
34
texture for Engineer's review. Label samples to indicate
34
35
name of Project, fabricator, type, color and source of
35 _
36
cement and aggregate.
36
37
37
38
38
39
PART 2
PRODUCTS
39 --
40
40
41
2.01
MATERIALS
41
42
42
43
A.
Cement: ASTM C150, Portland Type I, white, Atlas white,
43
44
Medusa white or Trinity white. Color of pre -cast units shall
44
45
match pre -cast units on exterior wall of existing lab
45
46
building at the site.
46
47
47
48
B.
Finish Aggregates: White Silica Sand.
48
49
49 —
50
C.
Admixtures: ASTM C494.
50
51
51
52
D.
Water: Clean, fresh, free from oil, acid, organic matter or
52
53
other deleterious substances; potable.
53 —
City of Lubbock, Municipal Water Treatment - Contract 2
.�
r
01
02
02
03
04
r- 05
06
07
08
4 09
1 10
11
' 12
13
14
16
17
18
19
20
21
22
23
24
25
26
d . 27
28
r 29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
�.. 46
47
48
49
50
.' 51
52
53
E. Sealants: As -specified in Section 07900.
F. Mortar: As specified in Section 04110.
2.02 ACCESSORIES
A. Provide all clip angles, bolts, washers, shims, nuts, and
other accessories necessary for attachment of units to
structure or other work.
2.03 FABRICATION
A. Fabricate into panel all connection items, anchors, angles,
plates, and other items secured to or embedded in precast
necessary to support and anchor precast units.
1. Weld studs and anchors to steel using an automatic gun
welding applicator, in accordance with manufacturer's
instructions.
2. At external angles, provide panels having mitered joints
with 3/4 IN quirk.
3. Provide lifting hooks or similar devices on large units
to facilitate handling. These locations shall be such
that they will not.harm the appearance of the unit in the
.finished position.
B. Mark each unit for identification and date of casting.
C. Design Criteria:
1. Design units in compliance with ACI 318 and the 3rd
Edition of the PCI Design Handbook.
a. Concrete having compressive strength not less than
6,000 psi at 28 days.
b. Concrete containing air -entraining admixture
producing an air content between 5 and 8 percent
including entrapped air.
2. When approved by Engineer, load tests may be substituted
for calculations.
3. Design and provide internal reinforcing and embedded
connections to withstand following:
a. Wind Pressure: 30 psf positive and negative.
b. Dead load of panel plus all superimposed loads.
c. Erection forces.
d. Temperature and shrinkage stresses.
e. Earthquake lateral forces.
4. Reinforce units with welded wire fabric or reinforcing
bars according to design criteria. Provide following
minimum reinforcing:
a. Panel thickness up to 4 IN: 4 x 4 - W4.5 x W4.5.
b. Panel thickness over 4 IN: Two layers 4 x 4 - W4.5 x
W4.5.
D. When concrete cover on exterior face is less than 3/4 IN
03450-3
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 2
03450-4
thick, use ASTM A123, G60 galvanized reinforcing, otherwise,
uncoated reinforcing permissible.
E. Galvanize all metal anchors and inserts per ASTM A123.
F. Headed Studs:
1. Minimum tensile strength of 60,000 psi.
2. Minimum yield strength of 52,000 psi.
G. Deformed Bars Anchors:
1. Minimum tensile strength of 80,000 psi.
2. Minimum yield strength of 70,000 psi.
H. Tolerances for Panels:
1. Fabricate so faces exposed to view after erection comply
with following dimensional requirements:
a. Warpage: (1 in 200) from nearest adjacent corner.
b. Bowing: (length of bow/360) to maximum of 3/4 IN.
c. Differential bowing between adjacent members:
1/4 IN.
d. Alignment of ribbed members:
1) 3/16 IN up to 40 FT.
2) 1/4 IN in 40 FT or more'.'
e. Overall height and width:
1) 10 FT or under: Plus or minus 1/8 IN.
2) 10 to 20 FT: Plus 1/8 IN, minus 3/16 IN.
3) 20 to 30 FT: Plus 1/8 IN, minus 1/4 IN.
4) Each additional 10 FT: Plus or minus (1 in 2000)
to maximum 1/4 IN.
f. Thickness: Plus 1/4 IN, minus 1/8 IN.
g. Rib thickness`, rib to edge of flange, distance
between ribs: Plus or minus 1/8 IN.
h. Angular deviation of plane of side mold:
1) 1 in 100.
2) Maximum 1/16 IN.
i. Deviation from square:
1) In any length: (1 in 600).
2) Maximum: 1/4 IN.
J. Blockouts and openings within one unit: ±1/4 IN.
k. Haunches: Plus or minus 1/4 IN.
1. Haunch bearing surface deviation: 1/8 IN.
m. Difference in relative position of adjacent haunch
bearing surface: 1/4 IN.
n. Dimensions not listed above: In any length: (1 in
2000) to maximum 1/8 IN.
I. Forms:
1. Cast precast concrete units in heavy forms on suitable
casting beds of concrete or other suitable, rigid
construction. Provide forms: Adequately braced and free
of dents, gouges, or other irregularities.
J. Finish:
City of Lubbock, Municipal Water Treatment - Contract 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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
03450-5
r•"
01
1. Exposed surfaces of precast concrete: Uniform light
01
02
textured acid etched finish and uniform white color.
02
04
2.04
SOURCE QUALITY CONTROL
04
05
05
06
A.
Testing:
06
07
1. Employ and pay for an independent testing laboratory
07
08
approved by Engineer to perform all tests.
08
,...
09
2. Before production of units, make, cure, and test one set
09
10
of cylinders and cubes for each type of concrete
10
11
required.
11
12
3. During production of units, make, cure, and test one set
12
C
13
of cylinders and cubes for each 50 CY of concrete.
13
14
4. Make set of three standard 6 x 12 1 N cylinders, and three
14
15
2 IN cube specimens. Cure cylinders and cubes in same
15
16
manner as precast units they represent.
16
17
5. Test cylinders in accordance with ASTM C39; one at 7 days
17
18
and two at 28 days.
18
19
6. Test cubes in accordance with ASTM C97 for water
19
r
20
absorption and ASTM C173 or C231 for air content.
20
21
21
22
B.
Inspect quality of units prior to shipment.
22
23
23
24
C.
Should products delivered to site be rejected due to
24
25
materials or workmanship, discontinue delivery until defects
25
r..
26
in materials or workmanship have been corrected and certified
26
27
in writing to the Engineer.
27
28
28
29
29
30
PART 3
EXECUTION
30
31
31
32
3.01
PREPARATION
32
�.,
33
33
34
A.
Correct defects or conditions which may interfere with or
34
35
prevent a satisfactory installation.
35
36
36
r'
37
3.02
ERECTION
37
38
38
39
A.
Erect units in accordance with erection schedules.
39
40
40
41
B.
Make joint between units 1/2 IN except as otherwise indicated
41
`
42
on Drawings.
42
43
44
C.
Secure units by welding and bolting. Provide one flat and
43
44
�.
45
one lock washer with each bolt and nut. Set units on shims
45
46
where indicated or necessary for level, uniform bearing.
46
47
47
48
D.
After panels have been erected and welded and/or bolted to
48
49
building frame, apply one coat of a rust -inhibitive paint to
49
50
exposed steel surfaces.
50
51
51
52
E.
Calk all precast work joints as specified in Section 07900
52
53
and as indicated on Drawings.
53
r
P
City of Lubbock, Municipal Water'Treatment - Contract 2
03450-6
O1
01
02
F.
Erect units within the following tolerance limits:
02 _
03
1. Maximum equal to maximum specified for structural frame.
03
04
2. Clearances between precast and structural frame: 1-1/2
04
05
IN minimum.
05
06
3. Joints:
06
07
a. Face width: Plus or minus 3/16 IN.
07
08
b. Taper in any length: (1 in 500) to maximum 1/4 IN.
08
09
c. Step in facer 1/4 IN.
09
10
d. Jog in alignment of edge:. 1/4 IN.
10
11
11
12
3.03
FIELD QUALITY CONTROL
12
13
13 r
14
A.
Repair all damage to units after installation in accordance
14
15
with manufacturer's recommendations and to satisfaction of
15
16
Engineer.
16 --
17
17
18
3.04
CLEANING
18
19
19
20
A.
After completion of setting, repair and caulking, clean all
20
21
precast work thoroughly by scrubbing with fiber brushes,
21
22
detergent, and clean water.
22
23
23 —
24
B.
Start at top of building and proceed downward.
24
25
25
26
C.
Leave precast units clean and free of traces of cleaning
26
27
compound.
27
28
28
29
END OF SECTION
29
City of Lubbock, Municipal Water Treatment--Contract,2
r
l�
MASONRY
4
r
i
r
r
(THIS PAGE LEFT BLANK INTENTIONALLY)
i
04110-1
7?
01
91H01
SECTION 04110
01
02
02
03
CEMENT AND LIME MORTARS
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. Cement and lime mortars and general purpose grout and
11
12
pointing grout for prefaced masonry units.
12
13
-
13
14
B.
Related Sections include but are not necessarily limited
14
15
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. Section 03308 - Concrete, Materials and Proportioning.
19
20
4. Section 04210 - Brick Masonry.
20
21
5. Section 04220 - Concrete Masonry.
21
22
6. Section 09410 - Portland Cement Terrazzo.
22
23
23
24
1.02
QUALITY ASSURANCE
24
25
25
26
A.
Referenced Standards:
26
27
1.' American Society for Testing and Materials (ASTM):-
27
28
a. C109, Standard Test Method for Compressive
28
29
Strength of Hydraulic Cement Mortars.
29
30
b. C144, Standard Specification for Aggregate for
30
31
Masonry Mortar.
31
32
c. C150, Standard Specification for Portland Cement.
32
33
d. C207, Standard Specification for Hydrated Lime for
33
34
Masonry Purposes.
34
35
e. C270, Standard Specification for Mortar for Unit
35
36
Masonry.
36
37
f. C404, Standard Specification for Aggregates for
37
38
Masonry Grout.
38
39
g. C476, Standard Specification for Grout for
39
40
Masonry.
40
41
h. C780, Standard Test Method for Preconstruction and
41
42
Construction Evaluation of Mortars for Plain and
42
43
Reinforced Unit Masonry.
43
44
B.
Mock -Ups:
44
45
1. Provide mortar for mock-up panels specified in
45
46
Sections 04210 and 04220.
46
47
47
48
1.03
DEFINITIONS
48
49
49
50
A.
Coarse grout and fine grout are defined by the aggregate
50
51
size used in accordance with ASTM C476.
51
52
52
53
B.
Coarse aggregate and fine aggregate are defined in ASTM
53
City of Lubbock, Municipal Water Treatment - Contract 2
r
04110-2
01
C404, Table 1.
02
03
1.04
SUBMITTALS
04
05
A.
Shop Drawings:
06
1. See Section 01340.
07
2. Product technical data including:
08
a. Acknowledgement that products submitted meet
09
requirements of standards referenced.
10
b. Manufacturer's installation instructions.
11
c. Mortar mix design.
12
d. Qualifications of testing lab.
13
e. Mortar, grout and pointing grout test results.
-14
3. Written installation procedure proposed by Contractor
15
for grouting (pointing) prefaced masonry units.
16
a. Pointing grout manufacturer.
17
b. Pointing grout mix design.
18
19
20
PART 2
- PRODUCTS
21
22
2.01
MATERIALS
23
24
A.
Portland Cement:
25
1. ASTM C150, Type I.
26
2. No air entrainment.
27
3. Natural color.
28
4. Maximum percent of alkalies: 0.60 in accordance with
29
ASTM C150, Table IA.
30
31
B.
Hydrated Lime: ASTM C207, Type S.
32
33
C.
Mortar Aggregate: ASTM C144, free of gypsum.
34
35
D.
General Purpose Grout: ASTM C476.
36
37
E.
Aggregate: ASTM C404.
38
39
F.
Water: Potable.
40
41
2.02
MIXES
42
43
A.
General:
44
1. Wherever a fire -resistance classification or rating is
45
shown for unit masonry construction provide mortar of
46
type which has been tested and listed by UL for
47
construction indicated.
48
49
B.
Type S Mortar:
50
1. Comply with ASTM C270.
51
2. Do not use masonry cement,
52
3. Mix materials minimum of 3 minutes.
53
4. Adjust consistency to satisfaction of mason.
City of Lubbock, Municipal Water Treatment - Contract 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16 �-
17
18
19
20
21
22
23 —
24
25
26
27
28
29
30
31
32
33 .�
34
35
36
37
38
39
40
41
42
43
44
45
46
47 —
48
49
50
51
52
53
04110-3
t
01
5. Use no anti -freeze additives.
02
03
C.
General Purpose Grout Mixes:
04
1. Comply with ASTM C476, Table 1.
05
2. Use no anti -freeze additives.
r"
06
3. Mix 5 minutes minimum.
07
4. Adjust consistency to satisfaction of mason.
08
5. Minimum 28-day compressive strength of 2500 psi.
09
6. At Contractor's option, manufactured grout may be
r
10
used. Refer to Section 03308.
11
12
D.
Pointing Grout Mix:
+`
13
1. Mix shall be in accordance with manufacturer's
14
recommendations.
15
2. Color: White to match existing.
16
17
2.03
SOURCE QUALITY CONTROL
18
19
A.
Perform laboratory test on mortar and grout in accordance
r'
20
with ASTM C109 using same mix design as proposed for
21
Project.
22
r®
23
24
PART 3
- EXECUTION
6
25
26
3.01
INSTALLATION
4"
27
28
A.
General:
29
1. Install products in accordance with manufacturer's
30
31
instructions.
2. Install grout in accordance with NCMA TEK 23A low lift
•
32
grouting requirements.
33
34
B.
Coarse Grout:
35
1. Use coarse grout in spaces with least dimension over 2
36
IN.
37
2. Install in all reinforced vertical cells and bond
38
beams of CMU.
`
39
3. Install in vertical cells adjacent to openings or at
40
CMU partition ends.
41
1
42
C.
Fine Grout:
43
1. Grout all door frames in masonry.
44
45
3.02
FIELD QUALITY CONTROL
46
47
48
A.
Perform preconstruction test on field mortar and grout
before start of masonry construction in accordance with
49
ASTM C780.
50
1. Perform one C780 annex A-1, A-6 and A-7 test per week
51
on field mortar and grout during masonry construction.
52
2. Retest in accordance with C780 if any of the annex
53
tests fail.
City of Lubbock, Municipal Water Treatment - Contract 2
r
J
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
04110-4
01
01
02
B.
If mortar begins to stiffen within 2-1/2 HRS,
it may be
02
03
retempered by adding water and remixing.
03
04
04
05
C.
Do not use mortar after it has begun to set.
No mortar
05
06
shall be used beyond 2-1/2 HRS after initial
mixing.
06
07
07
08
D.
Use grout within 2 HRS.after initial mixing.
Use no grout
08
09
after it has begun to set.
09 _.
10
10
11
E.
Verify all exterior joints in prefaced masonry units have
11
12
been raked out to required depth.
12
13
13
14
END OF SECTION
14
City of Lubbock, Municipal Water Treatment
- Contract
r
04155-1
01
91H01
SECTION 04155
02
03
THROUGH WALL FLASHING
04
05
06
PART
1 - GENERAL
07
08
1.01
SUMMARY
09
10
A.
Section Includes:
11
1. Through wall flashing and weep holes.
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.
r
17
3. Section 03450 - Architectural Precast Concrete.
'
18
4. Section 04210 - Brick Masonry.
19
5. Section 04220 - Concrete Masonry.
t`
20
21
1.02
QUALITY ASSURANCE
22
t—
23
A.
Referenced Standards:
24
1. American Society for Testing and Materials (ASTM):
`
25
a. D624, Standard Test Method for Rubber Property - Tear
26
Resistance.
p'
27
28
B.
Mock -Ups:
29
1. Provide specified products for inclusion into mock-up
30
panels required'by Sections 04210 and 04220.
31
32
C.
Coordinate with built-in items and veneer coursing.
33
34
1.03
SUBMITTALS
35
36
A.
Shop Drawings:
37
1. See Section 01340.
38
2. Product technical data including:
39
a. Acknowledgement that products submitted meet
...
40
requirements of standards referenced.
41
b. Manufacturer's installation instructions.
42
c. Tear resistance of flashing material.
43
d. Manufacturer's recommendations for flashing adhesive.
44
45
46
PART
2 - PRODUCTS
..
47
r`
48
2.01
ACCEPTABLE MANUFACTURERS
49
50
A.
Subject to compliance with the Contract Documents, the
51
following Manufacturers are acceptable:
52
1. Weeps for cavity wall construction:
53
a. AA Wire Products Co.
CityofLubbock, -
L k, unicipal Water Treatment Contract 2
r
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
04155-2
01
b. Dur-O-Wal Inc.
01
02
c. Heckman Building Products Inc.
02 --
03
d. Williams Products Inc.
03 j
04
04
05
B.
Submit requests for substitution in accordance with
05
06
Specification Section 01640.
06
07
07
08
2.02
MATERIALS
08
09
09 .-
10
A.
Flashing:
10
11
1. Minimum 30 mil EPDM.
11
12
2. Tear resistance: ASTM D624, 175 LB/IN minimum.
12
13
3. Width as required.
13
14
4. Factory precut wherever possible.
14
15
15
16
B.
Flashing Adhesive: As recommended by flashing manufacturer
16 —
17
for sealing laps and sealing to vertical surfaces.
17
18
18
19
C.
Weeps for Cavity Wall Construction:
19
20
1. 3/8 IN outside diameter clear plastic tubes.
20
21
21
22
22
23
PART
3 - EXECUTION
23 --
24
24
25
3.01
INSTALLATION
25
26
26
27
A.
Install products in accordance with manufacturer's
27 ^'
28
instructions.
28
29
29
30
B.
Install to provide positive drainage of cavity moisture.
30
31
31
32
C.
Place flashing on bed of mortar before covering with mortar.
32
33
33 --
34
D.
Extend flashing minimum 1/2 IN beyond the face of the brick.
34
35
After wall construction is completed cut flashing to within
35
36
1/8 IN from face of wall to form a drip.
36
37
37
38
E.
Extend flashings beyond edge of lintels and sills at least
38
39
1/4 IN and turn up edge one full brick (block) course on
39
40
inside to direct moisture to exterior.
40 �-
41
41
42
F.
Lap flashing minimum of 6 IN and bond two pieces together
42
43
with flashing adhesive.
43
44
44
45
G.
Install upper edge of flashing into block joint.
45
46
46
47
H.
Install weeps maximum 32 IN on center in head joints of first
47 --
48
course of masonry immediately above flashings.
48
49
1. Do not install weeps over door opening.
49
50
50
51
3.02
FIELD QUALITY CONTROL
51
52
52
53
A.
Inspect wall to ensure that mortar has not plugged air space
53
City of Lubbock, Municipal Water Treatment - Contract 2
r
r
01 or weep tube.
02
03
END OF SECTION
City of Lubbock, Municipal Water Treatment - Contract 2
04155-3
01
02
03
(THIS PAGE LEFT BLANK INTENTIONALLY)
04210-1
r
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
91KO8
PART 1 - GENERAL
1.01 SUMMARY
SECTION 04210
BRICK MASONRY
A. Section Includes:
1. Brick masonry.
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 04110 - Cement and Lime Mortars.
4. Section 04155 - Through Wall Flashing.
S. Section 04220 - Concrete Masonry.
6. Section 04510 - Masonry Cleaning.
7. Section 07900 - Joint Sealants.
1.02 QUALITY ASSURANCE
A. Referenced Standards:
1. American Society for Testing and Materials (ASTM):
a. A82, Standard Specification for Steel Wire, Plain,
for Concrete Reinforcement.
b. A153, Standard Specification for Zinc Coating
(Hot -Dip) on Iron and Steel Hardware.
B. Mock -Ups:
1. Construct sample wall, minimum 2 FT-8 IN high x 4 FT
long, utilizing all specified components including metal
studs and gypsum sheathing of exterior wall for Engineer
review and acceptance.
2. Sample wall shall constitute minimum standard of quality
for actual construction. Maintain sample wall during
construction.
3. If not acceptable, construct additional sample walls as
required.
4. Remove when directed.
5. Sample wall.may be built into permanent wall provided
sample area is readily identifiable during construction.
6. Build sample wall in conjunction with sample wall
required in Section 04220.
7. Sample wall to include all special corners or other
special brick detailing.
C. All brick provided on this Project shall be from same
production run.
City of Lubbock, Municipal Water Treatment - Contract 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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
04210-2
01
1.03
SUBMITTALS
01
02
02
03
A.
Shop Drawings:
03
04
1. See Section 01340.
04
05
2. Product technical data including:
05
06
a. Acknowledgement that products submitted meet
06
07
requirements of standards referenced.
07
08
b. Manufacturer's installation instructions.
08
09
09
10
B.
Samples:
10
11
1. Minimum 12 x 12 IN banded brick sample incorporating
11
12
actual brick and mortar color being used on Project for
12
13
Engineer review.
13
14
2. Brick proposed for matching existing brick.
14
15
15
16
C.
Certificates:
16
17
1. Manufacturer's certificates that products meet or exceed
17
18
specified requirements.
18
19
19
20
1.04
DELIVERY, STORAGE, AND HANDLING
20
21
21
22
A.
Deliver units on pallets with tight covers or deliver in
22
23
cubes and store on dunnage.
23
24
24
25
8..
Inspect masonry upon delivery to assure color match with
25
26
sample wall and dimensional quality and trueness of brick
26
27
units.
27
28
28
29
C.
Return unacceptable units.
29
30
30
31
31
32
PART 2 - PRODUCTS
32
33
33
34
2.01
ACCEPTABLE MANUFACTURERS
34
35
35
36
A.
Subject to compliance with the Contract Documents, the
36
37
following Manufacturers are acceptable:
37
38
1. Masonry anchors and horizontal joint reinforcing:_
38
39
a. AA Wire Products Co.
39
40
b. Southern Slag.
40
41
c. Dur-O-Wall.
41
42
d. Heckman.
42
43
e. Ty-Wal.
43
44
44
45
B. Submit requests for substitution in accordance with
45
46
Specification Section 01640.
46
47
47
48
2.02
MATERIALS
48
49
49
50
A.
Brick:
50
51
1. Size: Modular.
51
52
2. ASTM C216, Type FBX, Grade SW.
52
53
3. Include in bid special shaped, sized or cut brick such as
53
City of Lubbock, Municipal Water Treatment Contract 2
r
04210-3
01
radius, edge or corner units required for complete
01
02
installation.
02
03
4. Match existing brick at exterior wall of Chemical
03
04
Laboratory Building.
04
05
05
06
2.03
ACCESSORIES
06
07
07
08
A.
Anchors, Veneer:
08
09
1. Galvanized, ASTM A153.
09
10
2. 16GA corrugated steel.
10
11
3. Nominal 7/8 IN wide x 6-3/4-IN long minimum or as
11
12
required by project conditions
12
13
13
14
B.
Horizontal Joint Reinforcing:
14
15
1. Cold drawn steel wire, ASTM A82.
15
16
2. 9GA side rods and cross rods.
16
17
3. Galvanized, ASTM A153.
17
18
4. Prefabricated corner and tee sections with minimum
18
19
length of 32 IN from point of intersection.
19
20
20
21
21
22
PART
3 - EXECUTION
22
23
23
24
3.01
PREPARATION
24
25
25
26
A.
Broom clean or water blast concrete bearing surfaces to
26
27
remove all dirt, debris or other material which would
27
28
interfere with bonding of first course.
28
29
29
30
3.02
INSTALLATION
30
31
31
32
A.
Install products in accordance with manufacturer's
32
33
instructions.
33
34
34
35
B.
Verify that anchors and flashings are correct.
35
36
36
37
C.
General:
37
38
1. Build walls to thickness indicated.
38
39
2. Build in flashing, reinforcing, weeps and related items.
39
40
3. Install in running bond.
40
41
4. Perform all cutting with masonry saws; holes to be made
41
42
using power drills.
42
43
5. Cut as required to provide pattern required.
43
44
6. Use solid units where cutting or laying would expose
44
45
holes.
45
46
7. Avoid use of less than half size units whenever possible.
46
47
8. Do not install damaged units.
47
48
9. Wet brick having absorption rates greater than 0.025
48
49
OZ/SI/MIN.
49
50
a. Wet brick in accordance with manufacturer's
50
51
instructions.
51
52
10. Install brick work in conjunction with metal stud work.
52
53
53
r
City of Lubbock, Municipal Water Treatment - Contract 2
r
04210-4
D. Laying and Tooling:
01
1.
Lay out walls in advance for uniform and accurate spacing
02
of bond patterns and joints. Properly locate openings,
03
movement type joints, returns and offsets.
04
2.
Lay brick with completely filled bed and head joints..
05
a. Butter ends with sufficient mortar to fill head
06
joints and shove into place.
07
b. Do not slush head joints.
08
c. See Section 04110 for mortar and grout.
09
3.
Maintain nominal 3/8 IN joint widths.
10
a. Cut joints flush where concealed.
11
b. Tool exposed joints concave.
12
c. Compress mortar in below grade joints.
13
4.
During tooling of joints, enlarge any voids or holes,
14
except weep holes, and completely fill with mortar.
15
5.
Point -up all joints at corners, openings and adjacent
16
work to provide neat, uniform appearance.
17
6.
Remove brick units disturbed after laying.
18
a. Clean and relay in fresh mortar.
19
b. Do not pound units to fit.
20
c. If adjustments are required, remove units, clean and
21
reset in fresh mortar.
22
7.
Where work is stopped and later resumed, rack back 1/2
23
brick unit length in each course.
24
a. Wet units lightly.
25
b. Remove loose units and mortar prior to laying fresh
26
masonry.
27
8.
As work progresses, build -in items indicated and
28
specified.
29
a. Fill in solidly with mortar around built-in items.
30
31
E. Reinforcing:
32
1.
Brick veneer with concrete block back-up: Anchor
33
veneer to back-up using horizontal joint reinforcing
34
at 16 IN OC vertically.
35
2.
Coordinate continuous joint reinforcement with backer
36
material to provide required reinforcement.
37
a. Embed longitudinal side rods in mortar for entire
38
length with maximum cover of 5/8 IN on exterior side
39
of walls and 1/2 IN at other locations.
40
b. Lap reinforcement minimum of 6 IN at ends.
41
c. Do not bridge control and expansion joints with
42
reinforcing except at wall openings.
43
d. Make corners and wall intersections by use of
44
prefabricated "L" and "T" sections.
45
e. Cut and bend units as required.
46
f. Install horizontal joint reinforcing at 16 IN OC
47
vertically.
48
g. Install horizontal joint reinforcing 8 IN OC in
49
starter courses and over openings.
50
3.
Reinforce masonry openings over 12 IN wide, with
51
horizontal joint reinforcing placed in two horizontal
52
joints above lintel and below sill.
53
City of Lubbock, Municipal Water Treatment - Contract 2
04210-5
01
a. Extend reinforcing minimum of 24 IN beyond jambs
01
r
02
of opening.
02
s
03
b. Bridge control joints where provided.
03
04
04
05
F.
Control Joints, Flashing and Sealants:
05
06
1. Provide vertical expansion, control and isolation joints
06
07
where indicated.
07
08
a. Where not indicated provide at maximum 30 FT OC.
08
r..
09
b. Rake out all mortar from joint.
09
s
10
c. Locate control joints at points of natural weakness
10
11
in masonry.
11
12
2. See Section 04155 for flashing and weep installation
12
13
requirements.
13
14
3. See Section 07900 for sealant installation requirements.
14
15
15
j-
16
G.
Clean in accordance with Section 04510.
16
17
17
18
3.03
FIELD QUALITY CONTROL
18
19
19
20
A.
Protect against weather when work is not in progress.
20
21
1. Cover top of walls with waterproof membrane, extend at
21
22
least 4 FT down both sides of wall and anchor in place.
22
23
23
24
B.
Protect against cold weather as specified in Section 04050.
24
25
25
26
C.
Remove and replace loose, stained, or damaged bricks.
26
27
1. Provide new units to match.
27
28
2. Install in fresh mortar.
28
29
3. Point to eliminate evidence of replacement.
29
+
30
30
i
31
D.
Tolerances:
31
`
32
1. Maximum variation from plumb in vertical lines and
32
33
surfaces of columns, walls and arises:
33
34
a. 1/4 IN in 10 FT.
34
35
b. 3/8 IN in a story height not to exceed 20 FT.
35
36
c. 1/2 IN in 40 FT or more.
36
37
2. Maximum variation from plumb for external corners,
37
38
expansion joints and other conspicuous lines:
38
39
a. 1/4 IN in any story or 20 FT maximum.
39
40
b. 1/2 IN in 40 FT or more.
40
41
3. Maximum variation from level of grades for exposed
41
42
lintels, sills, parapets, horizontal grooves and other
42
43
conspicuous lines:
43
44
a. 1/4 IN in any bay or 20 FT.
44
45
b. 1/2 IN in 40 FT or more.
45
46
4. Maximum variation from plan location of related portions
46
47
48
of columns, walls and partitions:
a. 1/2 IN in any bay 20 FT.
47
48
or
49
b. 3/4 IN in 40 FT or more.
49
50
5. Maximum variation in cross -sectional dimensions of
50
r'
51
columns and thicknesses of walls from dimensions shown on
51
52
Drawings:
52
53
a. Minus 1/4 IN.
53
` City of Lubbock, Municipal Water Treatment - Contract 2
r
04210-6
01 b. Plus 1/2 IN.
02
03 END OF SECTION
04
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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 04220
CONCRETE MASONRY
A. Section Includes:
1. Concrete masonry construction (CMU).
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 03208 - Reinforcement.
4. Section 04110 - Cement and Lime Mortars.
5. Section 04155 - Through Wall Flashing.
6. Section 04210 - Brick Masonry.
7. Section 04510 - Masonry Cleaning.
S. Section 07900 - Joint Sealants.
1.02 QUALITY ASSURANCE
A. Referenced Standards:
1. American Society for Testing and Materials (ASTM):
a. A82, Standard Specification for Steel Wire, Plain,
for Concrete Reinforcement.
b. A153, Standard Specification for Zinc Coating
(Hot -Dip) on Iron and Steel Hardware.
c. C33, Standard Specification for Concrete Aggregates.
d. C90, Standard Specification for Hollow Load -Bearing
Concrete Masonry Units.
e. C145, Standard Specification for Solid Load -Bearing
Concrete Masonry Units.
f. C744, Standard Specification for Prefaced Concrete
and Calcium Silicate Masonry Units.
B. Mock -Ups:
1. Construct sample wall minimum 4 FT high x 8 FT long
utilizing all specified components for Engineer review
and acceptance.
2. Sample wall shall constitute minimum standard of quality
for actual construction. Maintain sample wall during
construction.
3. If not acceptable, construct additional sample walls as
required.
4. Remove when directed by Engineer.
5. Sample wall may be built into permanent wall provided
sample area is readily identifiable during construction.
6. Build sample wall in conjunction with sample wall
required in Section 04210.
City of Lubbock, Municipal Water Treatment — Contract 2
04220-1
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
04220-2
01
02 1.03 SUBMITTALS
03
04 A. Shop Drawings:
05 1. See Section 01340.
06 2. Product technical data including:
07 a. Acknowledgement that products submitted meet
08 requirements of standards referenced.
09 b. Manufacturer's installation instructions.
10
11 tB. Samples:
12
1. Minimum two 4 x 4 IN samples of units of color selected
13
or specified.
14
15
1.04
DELIVERY, STORAGE, AND HANDLING
16
17
A.
Deliver units on pallets with tight covers or deliver in
18
cubes and store on dunnage.
19
20
21
PART
2 - PRODUCTS
22
23
2.01
ACCEPTABLE MANUFACTURERS
24
25
A.
Subject to compliance with the Contract Documents, the
26
following Manufacturers are acceptable:
27
1. Masonry anchors and horizontal joint reinforcing:
28
a. AA Wire Products Co.
29
b. Southern Slag.
30
c. Dur-O-Wall.
31
d. Ty-Wal. ,
32
e. Heckman.
33
34
B.
Submit requests for substitution in accordance with
35
Specification Section 01640.
36
37
2.02
MATERIALS
38
39
A.
Concrete Masonry Units:
40
1. Modular units, ASTM C90 and C145, Grade N, Type I.
41
(Provide aggregate in accordance with ASTM C33).
42
2. Sizes and shapes as indicated on Drawings or required for
43
conditions.
44
3. Face shell and web thickness: ASTM C90, Table 3.
45
4. Moisture content: ASTM C90, Table 1.
46
5. Fire -resistive units: UL rated.
47
48
B.
Horizontal Joint Reinforcing:
49
1. Cold drawn steel wire, ASTM A82:
50
2. 9 GA side rods.
51
3. 9 GA cross rods.
52
4. Galvanized, ASTM A153.
53
5. Truss design.
City of Lubbock, Municipal Water Treatment —'Contract 2
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
1
_
01
6. Prefabricated corner and tee sections with minimum length
02
of 32 IN from point of intersection.
03
`
04
C.
Mortar and Grout: Refer to Section 04110.
05
r
06
D.
Sealants: Refer to Section 07900.
J
07
08
E.
Anchors at Intersecting Load -Bearing Walls: 1 x 1/4 x 24 IN
09
galvanized steel, ASTM A153, G60 minimum coating, with ends
r
10
turned up 2 IN.
4
11
12
F.
Bond Breaker Strips: 15 LB asphalt saturated felt.
r
13
14
G.
General Purpose Grout: Refer to Section 04110.
15
r!
16
H.
Reinforcing Bars: Refer to Section 03208 and as indicated on
17
Drawings.
r
18
19
I.
Control Joint Masonry Keys: Units similar to Dur-A-Wall
20
regular D/A 2001, ASTM 02000, 244-805.
22
23
PART 3
- EXECUTION
24
25
3.01
PREPARATION
26
27
A.
Verify that anchors and flashings are correct.
28
29
B.
Lay out walls in advance for uniform and accurate spacing of
30
bond patterns and joints. Properly locate openings, movement
31
type joints, returns, and offsets.
32
33
3.02
INSTALLATION
34
35
A.
Install products in accordance with manufacturer's
36
instructions.
37
38
B.
General:
39
1. Build walls to thickness indicated on Drawings.
40
2. Build in flashing, reinforcing, weeps and related items.
41
3. Perform all cutting with masonry saws.
42
4. Drill holes with power drill when required for piping,
43
conduit etc. Holes made by chipping unit will not be
44
accepted.
45
S. Install standard block in running bond.
46
6. Cut as required to maintain bond pattern.
47
7. Use solid units where cutting or laying would expose
48
holes.
49
8. Avoid use of less than half size units, whenever
50
possible.
51
9. Do not use chipped, cracked, spalled, stained or
52
imperfect units exposed in finish work.
53
10. Do not wet concrete masonry units.
City of Lubbock, Municipal Water Treatment - Contract 2
04220-3
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
04220-4
11.
Build chases and recesses as indicated and required for
01
work of other trades. Provide not less than 8 IN of
02
masonry between chase or recess and jamb of openings, and
03
between adjacent chases and recesses.
04
05
C. Concrete Masonry Units:
06
1.
Install grouted hollow units under lintel bearing points
07
and in cells containing vertical reinforcing steel.
08
09
D. Laying and Tooling:
10
1.
Lay masonry units with completely filled bed and head
11
joints.
12
a. Butter ends with sufficient mortar to fill head
13
Joints and shove into place.
14
b. Do not slush head joints.
15
2.
Maintain nominal 3/8 IN joint widths.
16
a. Cut joints flush where concealed and where veneer
17
plaster coating is required.
18
b. Tool'exposed joints concave.
19
c. Compress mortar in below ground joints.
20
d. Rake joints in prefaced masonry in accordance with
21
manufacturer's recommendations for pointing at
22
later time.
23
3.
During tooling of joints, enlarge any voids or holes and
24
completely fill with mortar.
25
4.
Point -up all joints at corners, openings, and adjacent
26
work to provide neat, uniform appearance.
27
5.
Remove masonry disturbed after laying.
28
a. Clean and relay in fresh mortar.
29
b. Do not pound units to fit.
30
c. If adjustments are required, remove units, clean, and
31
reset in fresh mortar.
32
6.
Where work is stopped and later resumed, rack back 1/2
33
masonry unit length in each course.
34
a. Remove loose units and mortar prior to laying fresh
35
masonry.
36
7.
As work progresses, build in items indicated on Drawings
37
and specified.
38
a. Fill in solidly with mortar around built-in items.
39
b. Where built-in items are to be embedded in cores of
40
hollow masonry units, place layer of fiberglass mesh
41
in joint below and fill core with general purpose
42
grout.
43
44
E. Reinforcing:
45
1.
Provide continuous horizontal joint reinforcing.
46
a. Embed longitudinal side rods in mortar for entire
47
length with minimum cover of 5/8 IN on exterior side
48
of walls and 1/2 IN at other locations.
49
b. Lap reinforcement minimum 6 IN at ends.
50
c. Do not bridge control and expansion joints with
51
reinforcing except at wall openings.
52
d. Make corners and wall intersections by use of
53
City of Lubbock, Municipal Water Treatment - Contract 2
r
04220-5
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
prefabricated "L" and "T" sections.
e. Cut and bend as required.
f. Install reinforcing at 16 IN on center vertically
unless noted otherwise on Drawings.
g.. Install reinforcing 8 IN on center in starter courses
and over openings.
h. Use continuous joint reinforcing for bond tie between
wythes.
2. Reinforce masonry openings over 12 IN wide with
horizontal joint reinforcing placed in two horizontal
Joints above lintel and below sill.
a. Extend reinforcing minimum of 24 IN beyond jambs of
opening.
b. Bridge control joints where provided.
3. At intersecting load -bearing walls, provide rigid steel
anchors 16 IN on center vertically, embed ends in mortar
filled cores.
4. Install vertical reinforcing bars where indicated on
Drawings.
F. Lintels, Control Joints, Flashing and Sealants.
1. Provide vertical expansion, control and isolation joints
where indicated on Drawings.
a. Where not indicated on Drawings, provide at maximum
30 FT on center or at natural point of weakness.
b. Provide at all T intersections.
c. Rake out mortar in joint, install backer rod and
sealant.
2. Sealant installation requirements.
a. Seal control and expansion joints.
b. Seal joints between concrete masonry unit and
relieving lintels.
G. Tolerances:
1. Maximum variation from plumb in vertical lines and
surfaces of columns, walls, and arises:.
a. 1/4 IN in 10 FT.
b. 3/8 IN in a story height not to exceed 20 FT.
c. 1/2 IN in 40 FT or more.
2. Maximum variation from plumb for external corners,
expansion joints, and other conspicuous lines:
a. 1/4 IN in any story or 20 FT maximum.
b. 1/2 IN in 40 FT or more.
3. Maximum variation from level of grades for exposed
lintels, sills, parapets, horizontal grooves, and other
conspicuous lines:
a. 1/4 IN in any bay or 20 FT.
b. 1/2 IN in 40 FT or more.
4. Maximum variation from plan location of related portions
of columns, walls, and partitions:
a. 1/2 IN in any bay or 20 FT.
b. 3/4 IN in 40 FT or more.
5. Maximum variation in cross -sectional dimensions of
columns and thicknesses of walls from dimensions shown on
City of Lubbock, Municipal Water Treatment - Contract 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
04220-6
01
Drawings:
01
02
a. Minus 1/4 IN.
02 —
03
b. Plus 1/2 IN.
03
04
04
05
H.
Protect against weather when work is not in progress. During
05
06
inclement weather conditions, cover top of walls with
06
07
waterproof membrane, extend at least 4 FT down both sides of
07
08
walls and anchor in place.
08
09
09 --
10
I.
Concrete Masonry Insulating Inserts:
10
11
1. Block inserts shall be installed in the cores of blocks
11
12
at the Block Producer's Plant. Inserts shall be
12
13
properly installed in accordance with manufacturer's
_
13
14
specifications to allow blocks to be handled or saw cut
14
15
without danger of insert dislodgement. Blocks.
15
16
containing damaged or mutilated Korfil inserts shall
16 —
17
not be used.
17
18
18
19
3.03
FIELD QUALITY CONTROL
19 r
20
20
21
A.
Remove and replace loose, stained, or damaged units as.
21
22
directed'by Engineer.
22
23
1. Provide new units to match.
23 -
24
2. Install in fresh mortar.
24
25
3. Point to`eliminate~evidence of replacement.
25
26
26
27
3.04
CLEANING
27
28
28
29
A.
Clean masonry in accordance with Section 04510.
29
30
30 r`
31
END OF SECTION
31
City of Lubbock, Municipal Water Treatment - Contract 2
04510-1
O1 91H01 SECTION 04510
02
03 MASONRY CLEANING
04
05
06 PART 1 - GENERAL
07
08 1.01 SUMMARY
09
10 A. Section Includes:
11 1. Masonry cleaning.
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
18 1.02 QUALITY ASSURANCE
19
20 A. Qualifications:
21 1. Use experienced workmen familiar with product and its
22 application.
23
24 1.03 SUBMITTALS
25
26 A. Letter stating that Contractor is experienced in this type of
27 masonry cleaning.
28
29 B. Shop Drawings:
30 1. See Section 01340.
31 2. Product technical data including:
32 a. Manufacturer's application instructions.
33 b. Manufacturer's recommendations on neutralizing rinse.
34
35
36 PART 2 - PRODUCTS
37
38 2.01 ACCEPTABLE MANUFACTURERS
39
40 A. Subject to compliance with the Contract Documents, the
41 following Manufacturers are acceptable:
42 1. Cleaning solution: Detergent type.
43 a. Pro So Co.
44 b. L & M Construction Chemicals, Inc.
45 2. Cleaning solution for manganese or Vanadium stained
46 masonry:
47 a. Pro So Co.
48 b. L & M Construction Chemicals, Inc.
49
50 B. Submit requests for substitution in accordance with
51 Specification Section 01640.
52
53 2.02 MATERIALS
City of Lubbock, Municipal Water Treatment - Contract 2
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
41
48
49
50
51
52
53
04510-2
01
02
A.
Detergent -Type Cleaning Solution:
03
1. Pro So Company "Sure Clean #600 detergent masonry
04
cleaner.
05
2. L & M "Quick Kleen."
06
07
B.
Manganese or Vanadium -Stained Masonry:
08
1. Pro So Company "Vanatrol."
09
2. L & M "Yana Kleen."
10
11
C.
Water; potable.
12
13
D.
Neutralizing rinse as required by manufacturer.
14
15
16
PART 3
- EXECUTION
17
18
3.01
PREPARATION
19
20
A.
Allow 4 days after completion of masonry work before start of
21
cleaning.
22
23
B.
Remove excess mortar using wooden paddles and scrapers.
24
25
C.
Protect adjacent surfaces not to be cleaned.
26
27
3.02
APPLICATION
28
29
A.
Apply masonry cleaner to exposed -to -view masonry surfaces.
30
1. Do not use wire brushes.
31
2. Use only tools free of rust.
32
3. Apply solution using fibered wall -washing brush.
33
34
B.
Thoroughly rinse and pre-soak walls.
35
36
C.
Flush all loose mortar and dirt from surface.
37
38
D.
Wet to prevent "run-off" streaking.
39
40
E.
Scrape off mortar and reapply cleaning solution.
41
42
F.
After scrubbing, clean thoroughly with pressurized water.
43
44
G.
Apply neutralizing rinse as recommended by manufacturer.
45
46
END OF SECTION
City of Lubbock, Municipal Water Treatment - Contract 2`
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
No Text
(THIS PAGE LEFT BLANK INTENTIONALLY)
i
`
05120-1
r
01
91F13 SECTION 05120
01
02
02
03
STRUCTURAL STEEL
03
a
04
04
05
05
06
07
PART 1 - GENERAL
06
07
08
1.01 SUMMARY
08
09
09
10
A. Section Includes:
10
!,
11
1. Structural steel.
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 03308 -Concrete, Materials and Proportioning.
17
18
4. Section 09905 - Painting and Protective Coatings.
18
19
19
20
1.02 QUALITY ASSURANCE
20
21
21
22
A. Referenced Standards:
22
23
1. American Institute of Steel Construction (AISC):
23
24
a. Specifications for the Design, Fabrication and
24
25
Erection of Structural Steel for Buildings (referred
25
26
to herein as AISC Specification).
26
�-
27
b. Code of Standard Practice for Steel Buildings and
27
28
Bridges (referred to herein as AISC Code of Standard
28
29
Practice). Section 4, Paragraph 4.2.1 is
29
30
specifically excluded from these Specifications.
30
31
c. Quality Certification Program.
31
32
d. Manual of Steel Construction, Eighth Edition.
32
33
2. American National Standards Institute (ANSI):
33
{�
34
a. B18.22.1, Plain Washers.
34
35
b. B18.23.1, Bevelled Washers.
35
36
3. American Society for Testing Materials (ASTM):
36
37
a. A36, Structural Steel.
37
38
b. A53, Welded and Seamless 'Steel Pipe.
38
39
c. A108, Steel Bars, Carbon, Cold -Finished, Standard
39
40
Quality.
40
41
d. A307, Carbon Steel Externally Threaded Standard
41
42
Fasteners.
-42
43
e. A325, High -Strength Bolts for Structural Steel
43
44
45
Joints.
f. A496, Deformed Steel Wire for Concrete Reinforcement.
44
45
46
g. A500, Cold -Formed Welded and Seamless Carbon Steel
46
47
Structural Tubing in Rounds and Shapes.
47
48
h. A501, Hot -Formed Welded and Seamless Carbon Steel
48
49
Structural Tubing.
49
50
i. A572, Grade 50 - Structural Steel.
50
r,
51
4. Specification for Structural Joints using ASTM A325 or
51
52
A490 Bolts as approved by the Research Council on Riveted
52
53
and Bolted Structural Joints (referred to herein as
53
City of Lubbock, Municipal Water Treatment - Contract 2
r
05120-2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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 for Structural Joints).
5. American Welding Society (AWS):
a. A5.1, Specification for Mild Steel Covered Arc
Welding Electrodes.
b. A5.5, Specification for Low -Alloy Steel Covered Arc
Welding Electrodes.
c. A5.17, Specification for Bare Mild Steel Electrodes
and Fluxes for Submerged -Arc Welding.
d. A5.18, Specification for Mild Steel Electrodes for
Gas Metal -Arc Welding.
e. A5.20, Specification for Mild Steel Electrodes for
Flux -Cored Arc Welding.
f. A5.23, Specification for Bare Low -Alloy Steel
Electrodes and Fluxes for Submerged Arc Welding.
g. D1.1, Structural Welding Code (referred herein as AWS
Code.
h. Steel stud connectors and their installation to
comply with requirements of AWS Code.
B. Qualifications:
1. Steel fabricator: Minimum of 10 years of experience in
fabrication of structural steel and be certified under
AISC Quality Certification Program, Category II.
2. Steel erector: Minimum of 10 years of experience in
erection of structural steel.
1.03 SUBMITTALS
A. Shop Drawings:
1. See
Section 01340.
2. Fabrication and/or layout drawings:
a.
Steel erection plans and complete details for all
structural steel including details of all
connections. Structural steel shop drawings shall be
sealed by a professional Engineer registered in the
State of Texas, retained by Contractor to design
connections, prior to submittal. Show all cuts,
copes, holes, and welds. Indicate all shop and field
welds using AWS symbols.
b.
Prepare structural steel shop drawings under National
Institute of Steel Detailing Quality Procedures
Program certification.
c.
Complete shop drawings for all of the work showing
clearly all pieces, details, connections and paint.
Contractor not permitted to reproduce Engineer's
framing plans for this purpose. Prepare independent
complete erection Drawings showing the marks of all
pieces.
d.
All shop drawings checked and signed approved by the
checker before submittal.
e.
Copies of up-to-date erection Drawings, containing
marks of all pieces submitted for review shall
accompany the shop drawings. Use match marks on the
City of Lubbock, Municipal Water -Treatment - Contract 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
05120-3
R
O1
structural steel erection drawings to indicate the
01
02
sheet number on which each particular member is
02
r
03
detailed.
03
04
f. Interpret Engineer's approval of shop drawings only
04
05
as review of the general design of details; however,
05
06
this neither relieves Contractor of the necessity for
06
r
07
correcting such,details on the drawings, and
07
is
08
completed work as may thereafter be found deficient
08
09
in strength or otherwise faulty, nor does it relieve
09
10
Contractor of the responsibility for figured
10
11
dimensions on the shop drawings.
11
12
g. Correct any incorrect or unacceptable material or
12
�.,
13
fabrication due to incorrect detailing, shop work, or
13
14
erection, without additional charge.
14
15
3. Product technical data including:
15
16
a. Acknowledgement that products submitted meet
16
17
requirements of standards referenced.
17
18
b. Manufacturer's installation instructions.
18
19
4. Certifications:
19
�.,
20
a. Certificates of compliance with standards specified
20
21
for all major components and fasteners incorporated
21
22
into work.
22
23
b. Copies of welding certificates for each person
23
r
24
assigned to perform field welding indicating
24
25
compliance with testing specified by AWS.
25
26
5. Test reports:.
26
27
a. Certified copies of mill tests.
27
28
28
29
29
30
PART 2 - PRODUCTS
30
31
31
1
1
32
2.01 ACCEPTABLE MANUFACTURERS
32
33
33
r-
34
A. Subject to compliance with the Contract Documents, -the
34
35
following Manufacturers are acceptable:
35
36
1. Headed studs and deformed bar anchors:
36
37
a. Nelson Stud Welding Division, TRW, Inc.
37
38
b. KSM Division Omark Industries.
38
39
c. Approved equal.
39
40
2. Stainless steel wedge type expansion bolts:
40
r
41
a. Kwik Bolts by Hilti, Inc.
41
42
b. Red Head by Phillips Drill Co.
42
43
43
44
B. Submit requests for substitution in accordance with
44
5
Specification Section 01640.
45
.
4
46
47
2.02 MATERIALS
47
48
48
f
49
A. Steel, Structural Shapes and Plate: ASTM A36 unless noted
49
50
otherwise on Drawings.
50
r"
51
51
52
B. Bolts, Nuts and Washers, High -Strength: ASTM A325. Provide
52
53
washers for all nuts.
53
r
I
City of Lubbock, Municipal Water Treatment.- Contract 2
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
05120-4
C. Pipe, Round: ASTM A531Grade B.
D. Tubing, Structural: ASTM A500 or A501 (36 ksi, minimum yield
point).
E. Bolts and Nuts, Unfinished: ASTM'A307, Grade A.
F. Washers, Plain (Unfinished Bolts): ANSI B18.22.1, Type B.
G. Washers, Beveled (Unfinished Bolts): ANSI 818.23.1.
H. Welding Electrodes:
1. Shielded metal -arc: AWS A5.1 or AWS A5.5, E70XX.
2. Submerged -arc: AWS A5.17 or A5.23, F7X-EXXX.
3. Gas metal -arc: AWS A5.18, E70S-X or E70U-1.
4. Flux cored -arc: AWS A5.20, E70T-X (except 2, 3, 10, GS).
I. Anchor Bolts: ASTM A36 for non -headed bolts; ASTM A307,
Grade A for headed bolts.
J. Headed Studs and Deformed Bar Anchors:
1. Studs: ASTM A108, complying with AWS Code 4.23.
a. Uniform diameter.
b. Heads: Concentric and normal to shaft.
c. Weld end: Chamfered and solid flux.
2. Deformed anchor bars: ASTM'A496, cold drawn wire.
a. Straight, unless indicated otherwise.
b. Solid flux.
3. After welding, free from any substance which would
interfere with function, or prevent bonding to concrete.
K. Nonshrink Grout: See Section 03308.
2.03 FABRICATION
A. Comply with requirements of application building codes and
AISC Specification with modifications and additional
requirements specified herein.
B. Minimize the amount of field welding. Shop assemble
components into largest size possible commensurate with
transportation and handling limitations. .
1. Shop connections: Bolted with high -strength bolts or
welded.
C. Connection Details:
1. Connections not fully detailed on Drawings shall be.
designed by a Professional Engineer registered in the
State of Texas, retained by Contractor, based on
requirements of Contract Documents.
2. Where beam reactions are shown on Drawings, design beam
connection to support reaction shown.
City of Lubbock, Municipal Water Treatment Contract '2'
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
05120-5
01
02
03
04
05
06
07
08
09
13
14
15
16
k 17
t 18
19
20
21
22
23
24
- 25
26
r 27
28
29
30
31
32
33
34
35
36
37
38
k 39
40
41
42
43
�- 44
45
46
47
48
49
50
51
52
53
3. Where no reactions are shown each beam connection shall
be designed to support one-half of total uniform load
capacity tabulated in AISC tables for "Uniform Load
Constants for Beams" for the given shape, span and steel
specified.
4. Where indicated on the Drawings, design beam connections
for the axial load or transfer forces indicated in
addition to the shear value indicated above.
5. Design connection of bracing to the frames for axial load
indicated on the Drawings.
6. Design girt connections for a 20 psf horizontal load
acting either inward or outward in addition to a 10 psf
vertical load due to panel and girt weight.
D. Provide as a minimum, 3/4 IN DIA, ASTM A325 high -strength
bolts for all bolted connections.
E. Minimum of two bolts per bolted connection.
F. Provide friction -type connections for all bolted connections.
G. One-sided or other types of eccentric connections not
indicated will not be permitted without prior approval.
H. Accurately mill bearing surfaces to true plane.
I. Fabricate and erect beams without specified camber in
accordance with AISC Specification Section 1.19.3.
J. Cut, drill, or punch holes at right angles to surface of
metal.
1. Do not make or enlarge holes by burning.
2. Make holes clean cut, without torn or ragged edges.
3. Remove outside burrs resulting from drilling or reaming
operations with tool making 1/16 IN bevel.
4. Provide holes in members to permit connection of work of
other trades or contractors.
K. Make allowance for draw in all cross bracing to provide small
amount of initial tension in members.
L. Make.splices only where indicated or where approved.
M. Field Connections: Provide bolts for all field connections
except where shown otherwise on the Drawings.
1. Use high -strength bolts (any one of three types of ASTM
A325 bolts), unless shown or specified otherwise.
2. Use of high -strength bolts: Conform to "Specifications
for Structural Joints Using ASTM A325 or A490 Bolts," as
approved by Research Council on Riveted and Bolted
Structural Joints of the Engineering Foundation, and
published by AISC.
3. Standard bolts may be used for attaching stair treads to
City of Lubbock, Municipal Water Treatment - Contract 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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
05120-6
stringers.
4. If structural steel details (field welds verses shop
welds, etc.) shown on design Drawings are not compatible
with erection procedures, submit proposed modifications
for review.
5. Prior to making field connections to existing structural
steel, remove completely all paint from existing steel
which will be in contact with new steel and new welds.
6. Connections to structural steel provided by others:
Provide all connectors and coordinate location of bolt
holes to match connection holes in steel provided by
others.
N. Wall Grits: Extend past columns and miter ends unless
noted otherwise. Connect grids at corners unless noted.
otherwise.
0. Headed Studs and Deformed Bar Anchors:
1. Automatically end welded in accordance with the AWS code
and manufacturer's recommendations.
2. Fillet welding of headed studs and deformed bar anchors
is not allowed.
P. Cope at 45 degrees, corners of stiffener plates at junction
of member flanges with webs.
Q. Flame cut bevels for field welds, provided such cutting is
done automatically. Leave free of burrs and slag.
R. Grind smooth all rough welds and sharp steel edges shall be
ground to approximately 1/8 IN radius.
2.04 SHOP WELDING
A. Requirements of this Section apply to shop welding and field
welding.
B. Comply with AWS Code, and other requirements indicated, for
all welding, techniques of welding employed, appearance and
quality of welds, and methods used to correct defective work.
C. Test and qualify welders, welding operators and tackers in
compliance with AWS Code for position and type of welding to
which they will be assigned.
D. Comply with AWS Dl.l for joint welding procedures.
E. Before Starting Welding:
1. Carefully plumb and align members in compliance with
specified requirements.
2. Preheat base metal to temperature stated in Table 4.2 of
AWS Code.
a. When no preheat temperature is given in Table 4.2 and
City of Lubbock, Municipal Water Treatment -`Contract 2''
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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`"
6
05120-7
PM
I
r
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
base metal is below 50 DegF, preheat base metal to at
least 70 DegF.
b. Maintain temperature during welding.
c. Preheat surface of all base metal within distance
from point of welding equal to thickness of thicker
part being welded or 3 IN, whichever is greater, to
specified preheat temperature.
d. Maintain this temperature during welding.
3. Fully tighten bolts.
4. Comply with Section 3 of AWS Code for assembly and
surface preparation.
5. Each welder shall use identifying mark at welds where he
has worked.
F. Where groove welds have back-up plates, make first three
passes with 1/8 IN round electrodes.
G. Use backup plates in accordance with AWS Code, extending
minimum of 1 IN either side of joint.
H. Make flange welds before making web welds.
I. Grind flush web fillets at webs notched to receive backup
plates for flange groove welds.
J. Manual Shielded Metal -Arc Welding: Comply .with Article 4.6
of AWS Code.
K. Low Hydrogen Electrodes: Dry and store electrodes in
compliance with AWS Code.
L. Do not perform welding when ambient temperature is lower than
0 DegF or where surfaces are wet or exposed to rain, snow, or
high wind, or when welders are exposed to inclement
conditions.
2.05 SHOP COATING
A. Refer to Section 09905.
B. Provide suitable methods of handling and transporting painted
steel to avoid damage to coating.
C. Do not coat following surfaces:
1. Machined surfaces, surfaces adjacent to field welds, and
surfaces fully embedded in concrete or covered with
fireproofing.
2. All other members for which no coating is specified.
D. Clean thoroughly all surfaces not coated before shipping.
Remove loose mill scale, rust, dirt, oil and grease. Protect
machined surfaces.
City of Lubbock, Municipal Water Treatment - Contract 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
05120-8
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
2.06 SOURCE QUALITY CONTROL
A. Testing: Owner will employ and pay services of an
independent testing agency to inspect and test structural
steel work for compliance with Specifications. Contractor
responsible for testing to qualify shop and field welders and
as needed for Contractor's own quality control to ensure
compliance with Contract Documents. Contractor provides
sufficient notification and access so inspector and
testing can be accomplished. Contractor. pays for
retesting of failed tests and for additional testing
required when defects are discovered.
B. Responsibilities of Testing Agency:
1. Inspect shop and field welding in accordance with
Section 6 of AWS Code including the following
non-destructive testing:
a. Visually inspect all welds.
b. Test 50 percent of full.penetration welds and 10
percent of fillet welds with liquid dye penetrant.
c. Test 20 percent of full penetration welds with
ultrasonic or radiographic testing.
2. Inspect high -strength bolting in accordance with
Section 9 of the Specification for Structural Joints.
3. Inspect structural steel which has been erected.
4. Inspect stud welding in accordance with Article 4.26,
AWS Code.
5. Prepare and submit test reports to Engineer. Assist
Engineer to determine corrective measures necessary
for defective work.
PART 3 - EXECUTION
3.01 GENERAL
A. Take into consideration that full structural capacity of many
structural members is not realized until structural assembly
is complete; e.g., until slabs, decks, and diagonal bracing
are installed.
B. Plumb, align, and set structural steel members to specified
tolerances. Use temporary guys, braces, shoring,
connections, etc., necessary to maintain the structural
framing plumb and in proper alignment until permanent
connections are made, the succeeding work is in place, and
temporary work is no longer necessary. Use temporary guys,
bracing, shoring, and other work to prevent damage to
adjacent work or construction from stresses due to erection
procedures and operation of erection equipment, construction
loads, and wind. Remove and dispose of all temporary work
and facilities off -site.
City of Lubbock, Municipal Water Treatment - Contract 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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
05120-9
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
C. Examine work -in -place on which specified work is in any way
dependent to ensure that conditions are satisfactory for the
installation of the work. Report defects in work -in -place
which may influence satisfactory completion of the work.
Absence of such notification will be construed as acceptance
of work -in -place.
D. Field Measurement: Take field measurements as necessary to
verify or supplement dimensions indicated on the Drawings.
Contractor responsible for the accurate fit of the work.
E. Check the elevations of all finished footings or foundations
and the location and alignment of all anchor bolts before
starting erection. Use surveyor's level. Notify Engineer of
any errors or deviations found by such checking.
3.02 ERECTION
A. Conform to provisions of AISC "Code of Standard Practice for
Steel Buildings," Section 7 "Erection," except where shown or
specified otherwise in Contract Documents. Provisions in
Contract Document shall hold priority to provisions of "Code
of Standard Practice for Steel Buildings," where conflicts
exist.
B. Framing member location tolerances after erection shall not
exceed the frame tolerances listed in Article 3.03.
C. Erect plumb and level; introduce temporary bracing required
to support erection loads.
D. Use light drifting necessary to draw holes together.
Drifting to match unfair holes is not allowed.
E. Welding: Conform to AWS D1.1 "Structural Welding Code" and
requirements of ,Article 2.04 specified herein before. When
Joining two sections of steel of different ASTM designations,
welding techniques shall be in accordance with a qualified
AWS D1.1 procedure.
F. Shore existing members when unbolting of common connections
is required. Use new bolts for rebolting connections.
G. Clean stored material of all foreign matter accumulated
during erection period.
H. Set base and bearing plates accurately, as indicated, and
grout immediately.
1. Use nonshrink grout.
2. Use metal wedges, shims or setting nuts as required.
3. Pack grout solidly between plate and bearing surface.
4. Fill sleeves around anchor bolts with nonshrink grout.
5. Refer to Section 03308 for nonshrink grout specification.
City of Lubbock, Municipal Water Treatment - Contract 2
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
05120-10
lil
I.
Clean bearing and contact surfaces before assembly.
02
03
J.
Install ASTM A325 bolts with hardened washers. Install and
04
tighten in accordance with Section 8 of Specifications for
05
Structural Joints.
06
1. Use turn -of -nut tightening to provide the bolt tension as
07
specified in AISC "Specification for Structural Joints"
08
Using ASTM A325 or A490 bolts.
09
2. Perform calibration testing for high strength bolts per
10
Section 8-b of Specification for Structural Joints.
11
3. Torque wrenches shall be used only by the laboratory
12
personnel.
13
4. In the event any bolt in a connection is found to be
14
defective, check and retightened all bolts in the
15
connection.
16
17
K.
Do not use gas cutting to correct fabrication errors. In
18
case members do not fit or holes do not match, ream out the
19
holes and insert the next larger size bolt. If the
20
connections require new holes, then drill new holes. Make no
21
such corrections without prior approval of the Engineer.
22
1. Burning of holes: Not permitted.
23
24
L.
Tighten and leave in place erection bolts used in welded
25
construction.
26
27
M.
Provide beveled.washers to give full bearing, to bolt head -or
28
nut where bolts are to be used on surfaces having slopes'
29
greater than 1 in 20 with a plane normal to bolt axis.
30
31
N.
After bolts are tightened, upset threads of A307 unfinished
32
bolts to prevent nuts from backing off.
33
34
0.
After erection, grind smooth all sharp surface irregularities
35
resulting from field cutting or welding; power tool clean
36
welds, bolts, washers and abrasions to shop coat removing all
37
rust and foreign matter.
38
39
P.
Wedge -type expansion bolts to have a minimum embedment of 4
40
IN into concrete or masonry unless noted otherwise on
41
Drawings.
42
43
3.03
FIELD QUALITY CONTROL
44
45
A.
Tolerances (unless otherwise noted on the Contract Drawings):
46
1. Frame placement, after assembly and before welding or
47
tightening:
48
a. Deviation from plumb, level and alignment: 1 in 500,
49
maximum.
50
b. Displacement of centerlines of columns: 1/2 IN
51
maximum, each side of centerline location shown on
52
Drawings.
53
City of Lubbock, Municipal Water Treatment - Contract 2
05120-11
01 c. Displacement of centerlines of exterior columns: 1/2 01
02 IN maximum, each side of centerline location shown on 02
03 Drawings. 03
04 04
05 3.04 CLEANING AND REPAIR OF SHOP PRIMER PAINT 05
06 06
07 A. After erection, clean all steel of mud or other foreign 07
08 materials, and repair any damage. Comply with Section 09905. 08
09 09
10 END OF SECTION 10
City of Lubbock, Municipal Water Treatment - Contract 2
(THIS PAGE LEFT BLANK INTENTIONALLY)
I
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27-
28
29
30
31
32
33
34
35
No 36
37
38
39
40
41
42
pw 43
44
45
1 OM 46
47
48
49
50
51
52
53
I'
91HOI
PART 1 - GENERAL
1.01 SUMMARY
SECTION 05211
STEEL JOISTS
A. Section Includes:
1. Steel joists and joist girders.
B. Related Sections include but are not necessarily limited to:
1. Division 0 - Bidding Requirements, ContractForms, and
Conditions of the Contract.
2. Division 1 - General Requirements.
3. Section 05120 - Structural Steel.
4. Section 09905 - Painting and Protective Coatings.
1.02 QUALITY ASSURANCE
A. Referenced Standards:
1. American Institute of Steel Construction (AISC):
a. Specifications for the Design, Fabrication and
Erection of Structural Steel for Buildings.
2. American Society for Testing and Materials (ASTM):
a. 'A36, Specification for Structural Steel.
b. A307, Carbon Steel Externally Threaded Standard
Fasteners.
c. A325, High -Strength Bolts for Structural Steel
Joints.
d. A490, Standard Specification for Heat -Treated Steel
Structural Bolts, 150 ksi Minimum Tensile Strength.
3. American Welding Society (AWS):
a. D1.1, Structural Welding Code - Steel.
4. Steel Joist Institute (SJI):
a. Recommended Code of Standard Practice for Steel
Joists and Joist Girders.
b. Standard Specifications for Open Web Steel Joists,
K-Series.
c. Standard Load Table Open Web*Steel Joists, K-Series.
d. Standard Specifications for Longspan Steel Joists
LH-Series and Deep Longspan Steel Joists DLH-Series.
e. Standard Load Table Longspan Steel Joists, LH-Series.
f. Standard Load Table Deep Longspan Steel Joists,
DLH-Series.
g. Standard Specifications for Joist Girders.
5. Steel Structures Painting Council (SSPC):
a. Chapter 15, Painting Hydraulic Structures.
6. United States Army, Corps of Engineers:
a. CRD-C621, Specification for Non -Shrink Grout.
B. Qualifications:
05211-1
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
City of Lubbock, Municipal Water Treatment — Contract 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
05211-2
1. Manufacturer: Member of Steel Joist Institute.
1.03 SUBMITTALS
A. Shop Drawings:
1. See Section 01340.
2. Fabrication and/or layout drawings:
a. Detailed shop drawings showing size and layout of
Joist units, bridging, connections, and accessories.
Include mark, number, type, location, and spacing of
joists and bridging.
b. Provide templates or location drawings for
installation of anchor bolts.
c. Provide details of bridging, method of attachment to
Joists, and joist end anchorage and other details
required for joist installation. Indicate bevelled
end plates for joist roof pitch where required.
d. Shop drawings shall not be reproductions of the
Contract Drawings.
3. Product technical data including:
a. Manufacturer's certification that steel joists comply
with specified requirements.
4. Certifications:
a. Manufacturer member of SJI.
b. Capability of joist per paragraph 2.03 A and D.
1.04 DELIVERY, STORAGE, AND HANDLING
A. Deliver, store and handle steel joists as recommended by SJI.
Exercise care to avoid damage to joists.
B. Store joists clear of earth on platforms, skids or other
supports. Protect joists -after delivery to prevent rust and
deterioration.
C. Provide anchor bolts and other items to be embedded in
concrete or masonry, with templates as required, in time for
incorporation into the work.
PART 2 - PRODUCTS
2.01 ACCEPTABLE MANUFACTURERS
A. Subject to compliance with the Contract Documents, the,
following Manufacturers are acceptable:
1. Nucor Corporation Vulcraft Divisions.
2. Socar Incorporated.
2.02 MATERIALS
A. Unfinished Threaded Fasteners: ASTM A307, Grade A, regular
hexagon type, low carbon steel, with ANSI B27.2, Type B,
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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 2
r--
,w
9
05211-3
01
carbon steel washers.
.01
r,
02
02
r
03
B.
High -Strength Threaded Fasteners: ASTM A325 or A490 as
03
04
required, heavy hexagon structural bolts with nuts and
04
05
hardened washers.
05
06
06
07
2.03
STEEL JOISTS
07
08
09
A.
Design of steel joists to be supplied to have been checked by
08
09
10
the Steel Joist Institute and found to conform to the steel
10
11
standard specifications and load tables.
11
12
12
13
B.
Fabrication:
13
14
1. Fabricate in accordance with SJI specifications and as
14
15
follows:
15
16
a. Do not splice principal tension members. Use only
16
17
full length pieces.
17
18
b. Make.shop connections and splices using either arc or
18
19
resistance welding. Do not shop bolt connections.
19
20
c. Design and fabricate for maximum deflection of 1/360
20
21
of clear span under design live load.
21
r�
22
d. Shop holes, field holes, and enlargement of holes
22
23
will not be permitted unless approved by Engineer.
23
24
e. Fabricate bearing ends to provide following minimum
24
25
bearing unless a longer bearing length is indicated
25
26
on the Contract Documents.
26
21
27
28
28
�^
29
H SERIES
29
30
--------
30
31
31
32
On masonry
32
33
or concrete: 6 IN min
33
i
34
34
35
On steel: 4 IN min
35
36
36
37
C.
Special or Concentrated Loads: Where special or concentrated
37
38
loads are indicated, reinforce joist and develop details as
38
r-
39
necessary for support of such loads.
39
40
40
41
D.
Provide extended top chords where indicated. Comply with SJI
41
42
requirements and load tables.
42
i`
43
43
v
44
E.
Provide nailers bolted to top chord where indicated.
44
45
45
46
F.
Shop Painting:
46
47
1. Remove loose scale, heavy rust, and other foreign
47
48
materials from fabricated joists and accessories.
48
49
2. Apply one shop coat of steel joist primer paint to steel
49
50
joists and accessories, by spray, dipping, or other
50
51
method to provide continuous dry paint film thickness of
51
52
not less than 0.50 mil.
52
53
3. Shop paint: Comply with SJI except that asphalt type
53
City of Lubbock, Municipal Water Treatment - Contract 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
05211-4
paint is not acceptable.
a. Shop coat of red oxide rust -inhibitive paint standard
with manufacturer.
b. Comply with SSPC Chapter 15..
G. Comply with SJI Specifications:
1. Joist designations indicated on the Drawing are minimum
requirements; increase as required to comply with design
requirements specified.
2. wherever possible increased joists shall have the same
depth as joist indicated on Drawings.
3. Where necessary to increase joist depths to meet design
requirements, coordinate all project changes required due
to the increased depth.
4. Make all required joist revisions at no additional cost
to Owner.
2.04 SOURCE QUALITY CONTROL
A. Engineer reserves right to inspect joists or manufacturer's
shop during joist fabrication.
PART 3 - EXECUTION
3.01 INSPECTION
A. Examine areas and conditions under which steel joists are to
be installed for conditions detrimental to proper and timely
completion of work.
B. Do not proceed with work until unsatisfactory conditions -have
been corrected.
C. Do not start placement of steel joists until supporting work
is in place and secured.
D. Joists will be,subject to rejection if:
1. Joists do not comply with requirements of SJI
specification and requirements herein.
2. Joists are improperly welded or constructed.
3. Joists are damaged so that strength is impaired.
4. Joists are not installed as indicated on Drawings.
5. Chords are not installed straight within a tolerance of
plus or minus 0.0028 times the length of the joist or the
distance between points of lateral support.
3.02 INSTALLATION
A. Do not install joists damaged so that strength is impaired.
B. Do not overload joists. Note: Joists may.not be able to
carry design loads until bridging and deck is fully
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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 2
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
05211-5
installed.
01
02
C. Where not specifically indicated otherwise, place and secure
03
steel joists in accordance with SJI specifications and as
04
herein specified.
05
06
0. Field weld joists to supporting steel framework in accordance
07
with SJI specifications for type of joists used. Coordinate
08
welding sequence and procedure with 'placing of joists.
09
10
E. Bearing on Masonry or Concrete Bearing Surfaces:
11
1. Secure joists resting on masonry or concrete bearing
12
surfaces by bedding in mortar and anchoring to masonry or
13
concrete construction as specified in SJI specifications
14
for type of steel joist -used.
15
a. Masonry or concrete required to support joists to
16
have reach required 28-day compressive strength prior
17
to placing joists thereon.
18
2. Furnish anchor bolts or steel bearing plates to be built
19
into concrete and masonry construction. Furnish
20
templates as may be necessary for accurate location of
21
anchors. Steel bearing plates to conform to ASTM A36.
22
3. Bedding mortar:
23
a. Sand Cement Grout:
24
1) Approximately 3 parts sand, 1 part portland
25
cement, 6 plus/minus I percent entrained air and
26
water to produce a slump which allows grout to
27
completely fill required areas and surround
28
adjacent reinforcing.
29
2) Minimum 28-day compressive strength: 3000 psi.
30
b. Non -shrink grout complying with Corps of Engineers
31
CRD-C621.
32
33
F. Place joists on supporting work, adjust and align in accurate
34
location and spacing before permanently fastening.
35
1. Provide end bearing and anchorages to secure joists to
36
supporting members or walls in accordance with SJI
37
Specifications, unless otherwise indicated.
38
2. When joists do not bear flush on supporting member or
39
wall, take corrective measures to ensure full bearing.
40
Provide steel shims as required for uniform flush
41
bearing.
42
43
G. Provide type, size, spacing, and attachment of bridging in
44
accord with SJI specifications, where not specifically
45
indicated otherwise, except as modified herein.
46
1. Provide diagonal type bridging as indicated.
47
2. Provide additional bridging at each line between exterior
48
and first interior joist and then at every 12th joist
49
space.
50
3. Do not use sag rods as substitute for bridging.
51
52
H. Install bridging completely, immediately after erection, and
53
City of Lubbock, Municipal Water Treatment - Contract 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
05211-6
before any loads are applied.
01
1. Anchor ends of bridging lines at top and bottom chords of
02
each joist and where terminating at walls or beams.
03
2. Provide bridging connections at top and bottom chords
04
capable of safely resisting a force specified by SJI
05
Standard Specifications for open web, long span, deep
06
long span joists, and joist girders respectively.
07
3. Where five rows of bridging are required in spans over 40
08
FT, laterally brace each joist before erecting next joist
09
or applying loads.
10
4. Do not release hoisting cables before installing center
11
row of diagonal bridging and anchoring bridging line to
12
prevent lateral movement.
13
5. During construction period,.Contractor is responsible for
14
any loads placed on joists. Contractor's attention is
15
directed the fact that joists may be unstable and cannot
16
carry their design load until steel deck and bridging are
17
completely installed.
18
19
I. Remove or repair damaged joists or other work, to
20
satisfaction of Engineer at no additional expense to Owner.
21
22
J. After installation, touch up paint or field paint as
23
specified in Section 09905.
24
25
END OF SECTION
26
POP
City of Lubbock, Municipal Water Treatment - Contract 2'
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
05313-1
91H0l SECTION 05313
01
02
METAL DECK
03
04
05
PART 1 - GENERAL
06
07
1.01 SUMMARY
08
09
A. Section Includes:
10
1. Metal form deck.
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. Division 3 - Concrete.
17
18
1.02 QUALITY ASSURANCE
19
20
A. Referenced Standards:
21
1. American Iron and Steel Institute (AISI):
22
a. Specification for the Design of Cold -formed Steel
23
Structural Members.
24
2. American Society for Testing and Materials (ASTM):
25
a. A36, Specification for Structural Steel.
26
b. A446, Specification for Steel Sheet, Zinc -Coated
27
(Galvanized) by the Hot -Dip Process, Structural
28
(Physical) Quality.
29
c. A525, Specifications for General Requirements for
30
Steel Sheet, Zinc -Coated (Galvanized) by the Hot -Dip
31
Process.
32
d. A611, Steel Sheet, Carbon, Cold Rolled, Structural
33
Quality.
34
e. D746, Test Method for Brittleness Temperature of
35
Plastics and Elastomers by Impact.
36
f. D1056, Specification for Flexible Cellular Materials
37
Sponge or Expanded Rubber.
38
3. American Welding Society (AWS):
39
a. D1.3, Structural Welding Code - Sheet Steel.
40
4. Steel Deck Institute (SDI):
41
a. Design Manual for Composite Decks, Form Decks, and
42
Roof Decks.
43
44
B. Qualifications:
45
1. Manufacturer: Member of Steel Deck Institute.
46
2. Qualification of welding work:
47
a. Qualify welding processes, operations, and operators
48
in accordance with requirements of Structural Welding
49
Code - Sheet Steel, AWS 01.3.
50
b. Welding operators to have been qualified during the
51
12-month period prior to commencement of welding, and
52
be experienced in welding light gage metal.
53
City of Lubbock, Municipal Water Treatment - Contract 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
05313-2
1.03 SUBMITTALS
A. Shop Drawings:
1. See Section 01340.
2. Fabrication and/or layout drawings:
a. Detailed shop drawings showing the following:
1) Complete framing and erection layouts.
2) Location, length and markings of metal deck units
which correspond with sequence and procedure to
be followed for erecting, fastening, and securing
the deck units.
3) Details and gages of accessories and
miscellaneous items showing sump pans, cant
strips, ridge and valley plates, closure strips
and insulation supports4) Welding procedures for installation including
size, number, type and location of all welds
required to install deck units.
5) Recommended welding rod size, type, burn off rate
and welder setting for deck thickness to be
joined. Define welds by use of standard AWS
welding symbols.
6) Correct fitting of members and accessories.
7) Size and location of all openings in deck and all
conditions requiring closure panels.
8) Shop drawings shall not be reproductions of the
Contract Drawings.
3. Product technical data including:
a. Acknowledgement that products submitted meet
requirements of standards referenced.
b. Metal deck manufacturer's specifications and
installation instructions.
c. Manufacturer's specifications and installation
instructions for:
1) Galvanizing repair paint.
2) Screws.
3) Joint sealing compound.
d. Manufacturer's load tables for deck to be furnished
on this project, including allowable gravity load for
deck and composite slab and allowable diaphragm shear
values for deck.
4.• Certifications:
a. Manufacturer member of SDI.
b. Welders.
5. Test reports.
1.04 DELIVERY, STORAGE, AND HANDLING
A. Protect materials from rusting, denting or crushing.
1. Store metal deck on project site off the ground with one
end elevated to provide drainage and protected from the
elements with a waterproof covering, ventilated to avoid
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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 2
r+
O1
02
03
' 04
05
r 06
07
08
*- 09
10
11
12
13
14
15
r, 16
17
18
19
20
21
22
23
24
25
�-• 26
27
r• 28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
r, 43
44
45
46
47
48
49
50
j 51
52
� 53
condensation. Prevent deterioration and accumulation of
foreign material.
1.05 PROJECT CONDITIONS
A. Do not overload supporting members. Until the entire
assembly is complete, the structural elements may not be
stable or capable of supporting code or stated design loads.
PART 2 - PRODUCTS
2.01 ACCEPTABLE MANUFACTURERS
A. Subject to compliance with the Contract Documents,
following Manufacturers are acceptable:
1. 1-1/2 IN deep metal roof deck:
a. Vulcraft, Type 1.5B.
b. United Steel Deck, Inc., Type B.
c. Wheeling Corrugating Co., Type BW.
d. Epic Metals Corp., Type B.
e. Roll Form Products Inc., Type B15RD.
f. Wolverine Deck Co., Type B.
g. Cyclops Corp., Bowman Metal Deck Division,
the
Type FM2.
B. Submit requests for substitution in accordance with
Specification Section 01640.'
2.02 STEEL DECK
A. The allowable superimposed live uniform loading per square
foot for the deck supplied for the spans indicated shall
equal or exceed the allowable superimposed live uniform load
per square foot for the same spans as indicated in the Steel
Deck Institute latest tables.
B., Minimum Deck Thickness:
1. Provide the following:
Minimum uncoated decimal thickness:
GAGE DESIGN THICKNESS
20 0.0358 IN
The delivered thickness of the uncoated steel shall not
be less than 95 percent of the design thickness.
2. The steel used shall have a minimum yield stress of 33
ksi.
C. Provide form deck to act as bottom form for cast -in -place
concrete slabs and which will become positive slab
City of Lubbock, Municipal Water Treatment - Contract 2
05313-3
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
05313-4
reinforcement through mechanical anchorage after concrete
hardens.
D. Minimum Deflection: Less than 1/240 of span under live load.
E. Metal Roof Decking, 1-1/2 IN Deep: Wide rib type, sheet
steel, 20 GA, minimum, with minimum uncoated thickness of
0.0358 IN, galvanized.
1. Galvanized decking: ASTM A446 with ASTM A525 G90 zinc
coating.
F. Fabrication:
1. Form deck units in lengths to span three or more support
spacings with flush, telescoped or nested 2 IN end laps.
a. Joints occur on supporting members.
b. Provide deck units having interlocking male and
female type side laps or joints to provide positive
vertical and lateral alignment of _adjacent deck
units.
2. Use deck configurations complying with SDI "Basic Design
Specifications" and as indicated.
a. Wide rib deck: Depth 1-1/2 IN, ribs spaced
approximately 5 IN OC; width of rib opening at top`
surface maximum 2-1/2 IN; width of bottom rib surface
minimum 1-3/4 IN.
3. Metal closure strips:
a. Form to configuration required to provide
tight -fitting closures at open ends and sides of
decking.
b. Minimum thickness before galvanizing 0.0358 IN (20
GA).
4. Roof sump pans:
a. Fabricate from a single piece of galvanized sheet
steel with level bottoms and sloping sides to direct
water flow.
b. Provide sump pans of adequate size to receive roof
drains with bearing flanges minimum 3 IN wide.
c. Recess pans not less than 1-1/2 IN below roof deck
surface, unless otherwise indicated or required by
deck configuration.
d. Minimum thickness before galvanizing: 0.0747 IN
(14 GA).
5. Cant strips:
a. Bend cant strips to form 45 DegF slope not less
than 5 IN wide, with top and bottom flanges not less
than 3 IN wide.
b. Minimum thickness before galvanizing 0.0358 IN (20
GA).
6. Metal closures and pour stops:
a. Form to configuration required to privde
mortar -tight closures.
G. Galvanized coating for metal deck accessories shall conform
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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 2
t
d.
05313-5
O1
to ASTM A525 G90 zinc coating.
01
r"
02
02
03
H.
Galvanized Repair Paint: For repair of damaged galvanized
03
04
surfaces, comply with Section 09905.
04
05
05
06
I.
Screws: Self -drilling, self -tapping, #12 size minimum sheet
06
07
metal screws.
07
08
08
09
J.
Miscellaneous Steel Shapes: Comply with ASTM A36.
09
10
10
11
K.
Sheet Metal Accessories: Same material and finish as deck
11
12
members.
12
13
13
14
L.
Joint Sealing Compound: Nonskinning, gun grade, bulk
14
15
compound as recommended by deck manufacturer.
15
16
16
y
17
17
18
PART 3
- EXECUTION
18
19
19
.
20
3.01
INSTALLATION
20
21
21
22
A.
Install deck units and accessories as indicated in accordance
22
C"
23
with manufacturer's recommendations, final approved shop
23
24
drawings and as specified herein.
24
25
25
r'
26
B.
Do not start placement of deck units until all supporting
26
27
members are installed complete.
27
28
1. Locate deck bundles to prevent overloading of'structure.
28
r.
29
29
30
C.
Do not overload supporting members. Until the entire
30
31
assembly is complete, the structural elements may not be
31
32
stable or capable of supporting code or stated design loads.
32
r"
33
33
34
D.
Place each deck unit on supporting structural frame, adjust
34
35
to final position, accurately align with ends bearing on
35
36
supporting members.
36
37
1. Lap units at ends no less than 2 IN.
37
38
2. Do not stretch or contract side -lap interlocks.
38
39
3. Place deck units flat and square and secure to framing
39
40
without warp or excessive deflection.
40
41
4. Place units in accurate and close alignment for entire
41
42
length of run and with close registration of flutes of
42
r
43
one unit with those of abutting unit.
43
i
44
44
45
E.
Plug weld sizes specified are effective fusion diameter of
45
46
welds.
46
47
1. Weld metal shall penetrate all layers of deck material at
47
48
ends laps and have good fusion to supporting members.
48
49
2. Do not burn through deck.
49
r
50
3. Prevent overtorquing of screw fasteners by using a tool
50
51
with a depth limiting nosepiece and a clutch.
51
52
52
53
F.
Fastening of 1-1/2 IN Deep Metal Roof Deck:
53
City of Lubbock, Municipal Water Treatment - Contract 2
r
05313-6
1. Secure deck units to supporting frame and side laps as
follows:
a. At all interior supports and at ends of deck use
1) For 24 IN wide deck: Three 5/8 IN round plug
welds for deck unit.
2) For 30 and 36 IN wide deck: Four 5/8 IN round
plug welds per deck unit.
b. At perimeter parallel to deck: 5/8 IN round plug welds
at 12 IN OC.
c. At side laps, 5/8 IN round puddle weld or 3/0 x
1-1/4 IN arc seam weld at 24 IN OC.
G. Remove and replace decking which is structurally weak or
unsound or which has burn holesdue to improper welding or
which Engineer declares defective.
H. Joint Sealing:
1. Remove dust, dirt, and moisture from joint surfaces.
2. Apply sealant in accordance with manufacturer's
instructions.
I. Cut and fit deck units and accessories around other work
projecting through or adjacent to decking.
1. Make cutting and fitting neat, square and trim.
a. Cut deck by mechanical means, not by burning.
2. Neatly and accurately install reinforcing at all openings
except:
a. Circular.openings less than 6 IN diameter.
b. Rectangular openings having no side dimension greater
than 6 IN.
3. Reinforce openings that have not been framed between 6
and 12 IN with 20 GA flat steel sheet 12 IN greater in
each dimension than opening. Place sheet around opening
and fusion weld to top surface of deck at each corner.
J. Install metal closure strips at all open uncovered ends and
edges of roof decking, and in voids between decking and other
construction.
1. Weld into position to provide a -complete decking
installation.
2. Provide flexible closure strips instead of metal
closures, at Contractor's option and when approved by
Engineer wherever their use will ensure complete closure.
Install with elastomeric type adhesive in accordance with
written directions and recommendations of manufacturers
of closure strips and adhesives.
K. Roof Sump Pans:
1. Place over openings in roof deck.
2. Weld to top deck surface. Space welds maximum 12 IN
OC with at least one weld at each corner and each side
midway between each corner.
3. Cut opening in bottom of roof sump to accommodate drain
City of Lubbock, Municipal Water Treatment - Contract 2
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
1
01
size indicated.
02
03
L. Cant
Strips:
04
1.
Weld cant strips to top surface of roof decking at 12
r,
05
IN OC.
06
2.
Lap end joints not less than 3 IN.
i
07
08
M. Clean and Touch Up:
r
09
1.
Remove all surplus materials and debris from surface of
i
10
roof deck after installation.
11
2.
Wire brush, clean and paint scarred areas, welds and rust
r
12
spots on top surfaces of decking units and supporting
13
steel members in compliance with Section 09905.
14
3.
Touch-up damaged galvanized surfaces with galvanizing
15
repair paint applied in compliance with Section 09905.
16
17
1$
END OF SECTION
t
P
1
F.l
t
f
f�
f
a
r
j
City of Lubbock, Municipal Water Treatment - Contract 2
05313-7
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
(THIS PAGE LEFT BLANK INTENTIONALLY)
05505-1
r-
01
91H01 SECTION 05505
702
03
METAL FABRICATIONS
04
05
r
06
PART 1 - GENERAL
07
08
1.01 SUMMARY
r
09
10
A. Section Includes:
11
1. Custom fabricated metal items and certain manufactured
12
units not otherwise indicated to be supplied under work
13
of other sections.
14
15
B. Related Sections include but are not necessarily limited to:
r
16
1. Division 0 - Bidding Requirements, Contract Forms, and
17
Conditions of the Contract.
18
2. Division l - General Requirements.
r
19
3. Section 05120 - Structural Steel.
20
4. Section 05525_- Steel Railings.
21
5. Section 09905 - Painting and Protective Coatings.
Z2
23
1.02 QUALITY ASSURANCE
24
25
A. Referenced Standards:
�-
26
1. American Institute of Steel Construction (AISC):
27
a. S326, Specifications for.the Design, Fabrication and
'
28
Erection of Structural Steel for Buildings (referred
29
to herein as AISC specification).
?�
30
2. American National Standards Institute (ANSI):
31
a. A14.3, Ladders -Fixed -Safety Requirements.
32
3. American Society for Testing and Materials (ASTM):
r
33
a. A36, Standard Specification for Structural Steel.
`
34
b. A47, Standard Specification for Ferritic Malleable
`
35
Iron Castings.
�,.
36
c. A48, Standard Specification for Gray Iron Castings.
37
d. A53, Standard Specification for Pipe, Steel, Black
38
and Hot -Dipped, Zinc -Coated Welded and Seamless.
39
e. A108, Standard Specification for Steel Bars, Carbon,
40
Cold -Finished, Standard Quality.
P
41
f. A123, Standard Specification for Zinc (Hot -Dip
42
Galvanized) Coatings on Iron and Steel Products.
43
g. A307, Standard Specification Carbon Steel Bolts and
44
Studs, 60,000 psi Tensile Strength.
'
45
h. A325, Standard Specification for High -Strength Bolts
46
for Structural Steel Joints.
r"
47
i. A496, Standard Specification for Steel Wire,
48
Deformed, for Concrete Reinforcement.
49
J. A500, Standard Specification for Cold -Formed Welded
�-
50
and Seamless Carbon Steel Structural Tubing in Rounds
N
51
and Shapes.
52
k. A525, Standard Specification for General Requirements
53
for Steel Sheet, Zinc -Coated (Galvanized) by the
r
City of Lubbock, Municipal Water Treatment -'Contract 2
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
05505-2
Hot -Dip Process.
01
1. A536, Standard Specification for Ductile Iron
02
Castings.
03
m. A563, Standard Specification for Carbon and Alloy
04
Steel Nuts.
05
n. A582, Standard Specification for Free -Machining
06
Stainless and Heat -Resisting Steel Bars, Hot -Rolled
07
or Cold -Finished.
08
o. A668, Standard Specification for Steel Forgings,
09
Carbon and Alloy, for General Industrial Use.
10
p. A780, Standard Practice for Repair of Damaged
11
Hot -Dipped Galvanized Coatings.
12
q. B26, Standard Specification for Aluminum -Alloy Sand
13
Castings.
14
r. B221, Standard Specification for Aluminum and
15
Aluminum -Alloy Extruded Bars, Rods, Wire, Shapes, and
16
Tubes.
17
s. B308, Standard Specification for Aluminum -Alloy
18
6061-T6 Standard Structural Shapes.
19
t. F593, Standard Specification for Stainless Steel
20
Bolts, Hex Cap Screws, and Studs.
21
4.
American Welding Society (AWS):
22
a. A5.1, Specification for Covered Carbon Steel Arc
23
Welding Electrodes.
24
b. D1.1, Structural Welding Code Steel.
25
c. D1.2, Structural Welding Code Aluminum.
26
5.
National Association of Architectural Metal. Manufacturers
27
(NAAMM):
28
a. Metal Stairs Manual.
29
6.
Research Council on Structural Joints:
30
a. Structural Joints Using ASTM A325 or A490 Bolts.
31
7.
U.S.Department of Labor, Occupational Safety and Health
32
Administration (OSHA):
33
a. 29 CFR 1910; OSHA Safety and Health Standards for
34
General Industry (referred to herein as OSHA
35
standards).
36
8.
Provide all fabricated items complying with 1988 Uniform
37
Building Code and OSHA Regulations.
38
39
B. Qualifications:
40
1.
Qualify all welders and welding procedures in accordance
41
with AWS D1.1.
42
43
1.03 SUBMITTALS
44
45
A. Shop
Drawings:
46
1.
See Section 01340.
47
2.
Fabrication and/or layout drawings:
48
a. Submit shop drawings for all fabrications and
49
.assemblies.
50
3.
Product technical data including:
51
a. Acknowledgement that products submitted meet
52
requirements of standards referenced.
53
City of Lubbock, Municipal Water Treatment — Contract 2
05505-3
01 b. Manufacturer's installation instructions.
r 02
03 B. Certifications:
04 1. Submit certificates indicating welders employed on the
05 work hold current AWS certification.
rR 06
l 07
08 PART 2 - PRODUCTS
1
r-
09
10 2.01
11
12 A.
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30 B.
31
32
33 2.02
34
35 A.
36
37
38
39
40
41
42
43
44
45
46
47 B.
48
49
50 C.
51
52
53
ACCEPTABLE MANUFACTURERS
Subject to compliance with the Contract Documents, the
following Manufacturers are acceptable:
1. Expansion joint assemblies:
a. Balco.
b. Architectural Arts.
c. Construction Specialties, Inc.
2. Headed studs and deformed bar anchors:
a. Nelson Stud Welding Div., TRW Inc.
b. KSM Division Omark Industries.
c. Eric/Jones Stud Welding Div.
3. Expansion anchors:
a. Hilti Inc.
b. Phillips Drill Co., Inc.
c. Wej-it.
4. Adhesive anchors:
a. Hilti Inc.
b. Emhart Corp., Molly Div.
Submit requests for substitution in accordance with
Specification Section 01640.
MATERIALS
Steel:
1. Structural steel: ASTM A36
2. Steel pipe: ASTM A53, Types E or S, Grade B.
3. Structural tubing: ASTM A500, Grade B.
4. Bolts, nuts and washers, high strength: ASTM A325.
a. Provide washers with all nuts.
5. Bolts and nuts unfinished: ASTM A307, Grade A.
a. Provide washers with all nuts.
6. Anchor bolts: ASTM A36.
7. Electrodes for welding steel: AWS A5.1, E70 Series.
8. Steel forgings: ASTM A668.
Iron:
1. Malleable iron: ASTM A47, A197.
Stainless Steel:
1. Stainless steel bolts and nuts: ASTM F593, Type 303 or
304 with minimum yield strength of 30,000 psi and minimum
tensile strength of 70,000 psi.
City of Lubbock, Municipal Water Treatment - Contract 2
01
02
03.
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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
05505-4
D. Washers: Same material and alloy as found in accompanying
bolts and nuts.
E. Galvanizing: ASTM A123 or A525 with minimum coating of 1.5
OZ per square foot.
F. Expansion Anchors:
1. Kwik-Bolt by Hilti, Red Head by Phillips Drill Co., or
approved equal.
G. Adhesive Anchors:
1. Parabond capsule anchors by Molly; HVA anchors by Hilti;
or approved equal.
H. Headed Studs: ASTM A108 with a minimum yield strength of
50,000 psi and a minimum tensile.strength.of 60,000 psi.
I. Deformed Bar Anchors: ASTM A496 with a minimum tensile
strength of 80,000 psi and a minimum yield strength of 70,000
psi.
2.03 MANUFACTURED UNITS
A. Ladders:
1. Material:
a. Steel: ASTM A36, A53, or A500.
2. Rails, minimum sizes: 1-1/4 IN square tubing, or 1-1/2
IN outside diameter pipe.
3. Rungs: Minimum 1 IN DIA or 1 IN SQ solid bars with
serrated face on all sides unless shown otherwise.
4. Minimum distance from centerline of rungs to wall: 7 IN.
5. Rung spacing: Uniform, maximum 1 FT. Top rung level
with top platform.
6. Design to support minimum 300 LB concentrated vertical
load with 150 LB concentrated horizontal load.
a. Maximum allowable stresses per RISC Specification or
AA Specification.
b. Maximum lateral deflection: Side rail span/300.
7. Designed in accordance with OSHA standards and applicable
codes. Provide safety cages and gates where required.
8. Construction:
a. Fully welded.
9. Finish:
a. Steel: Primed for field painting.
B. Expansion Joint Assemblies:
1. Type as indicated on Drawings.
C. Stairs, Steel Pan: Fabricated as indicated.-.,
1. Treads: Minimum 14 GA pans with self -furring metal lath
welded in pan.
2. Risers: Minimum 14 GA.
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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 2
r
05505-5
a
01
3. Landings: minimum 10 GA pans with angle supports as
01
r^
02
required.
02
03
4. Fabricate and design stair and landing assembly to
03
04
support a 1000 LB concentrated moving load or 100 psf
04
r.
05
uniform live load, whichever requires stronger component.
05
06
5. Fabricate and design stair components in accordance with
06
07
NAAMM Metal Stairs Manual.
07
08
6. Design, fabricate, and install in compliance with
08
09
applicable codes.
09
10
7. Handrails and guardrails: Refer to Section 05525.
10
11
11
r
12
2.04
FABRICATION
12
13
13
14
A.
Verify field conditions and dimensions prior to fabrication.
14
15
15
r"
16
B.
Form materials to shapes indicated with straight lines, sharp
16
17
angles, and smooth curves.
17
18
18
r'
19
C.
Drill or punch holes with smooth edges.
19
20
20
21
D.
Weld Permanent Shop Connections:
21
22
1. Welds to be continuous fillet type unless indicated
22
23
otherwise.
23
24
2. Full penetration butt weld bends in stair stringers which
24
25
are bent at landings.
25
26
3. Weld structural steel in accordance with AWS D1.1 using
26
27
Series E70 electrodes conforming to AWS A5.1.
27
28
4. Grind smooth welds that will be exposed.
28
29
30
E.
Conceal fastenings where practicable.
29
30
31
31
32
F.
Punch or drill for field connections and for attachment.of
32
33
work by other trades.
33
34
34
35
G.
Fabricate work in shop in as large assemblies as is
35
r
36
practicable.
36
9
37
37
'
38
H.
Finishes:
38
39
1. See Section 09905 for preparation and painting of ferrous
39
40
metals and other surfaces.
40
41
41
42
I.
Fabricate stair and ladder accessories using steel unless
42
�.•
43
shown otherwise on Drawings.
43
44
44
45
45
r'
47
PART 3
- EXECUTION
47
48
48
49
3.01
PREPARATION
49
r-
50
50
51
A.
Prior to installation, inspect and verify condition of
51
52
substrate. Installation of product constitutes installer's
52
53
acceptance of substrate condition for product compatibility.
53
r
City of Lubbock, Municipal Water Treatment - Contract 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
05505-6
B. Correct surface defects or conditions which may interfere
with or prevent a satisfactory installation.
3.02 INSTALLATION
A. Set metal work level, true to line, plumb.
B. Shim and grout as necessary.
C. Bolt Field Connections: Where practicable, conceal
fastenings. Grind welds smooth where field welding is
required.
D. Unless noted or specified otherwise:
1. Connect steel members to steel members with 3/4 IN DIA
high strength bolts.
2. Connect steel members to concrete and masonry using 3/4.
IN DIA stainless steel expansion bolts unless shown
otherwise.
a. Expansion bolts to have a minimum embedment of 4 IN
into concrete and masonry unless indicated otherwise
on.Drawings.
E. Tighten ASTM A325 high -strength -bolts in accordance with
Section 05120.
1. Provide hardened washers for all ASTM A325 bolts.
Provide the hardened washer under the element (nut or
bolt head) turned in tightening.
F. Secure metal to wood with lag screws of adequate size with
appropriate washers.
G. Do not field splice fabricated items unless said items exceed
standard shipping length or change of'direction requires
splicing. Provide full penetration welded splices where
continuity is required.
H. Provide each fabricated item complete with attachment devices
as indicated or required to install.
I. Anchor metal work so that work will not be distorted nor
fasteners overstressed from expansion and contraction.
J. Setting Beam and Column Base Plates:
1. Set beam and column base plates on nonshrink grout in
accordance with Division 3.
2. Construct top of bearing surface to an elevation that is
lower than elevation of bottom of base plate by dimension
indicated. If not indicated, provide minimum of 1 IN
grout thickness under base plates.
3. Set and'anchor each base plate to proper line and
elevation.
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
05505-7
a. Use metal wedges, shims, or setting nuts for leveling
01
and plumbing columns and beams. Wedges, shims and
02
setting nuts to be of same metal as base plate they
03
support.
04
b. Fill space between bearing surface and bottom of base
05
plate with nonshrink grout. Fill space until voids
06
are completely filled and base plates are fully
07
bedded on wedges, shims, and grout.
08
c. Do not remove wedges or shims. Where they protrude,
09
cut off flush with edge of base plate.
10
11
K. Tie anchor bolts in position to embedded reinforcing steel
12
with wire. Tack welding prohibited. Coat bolt threads and
13
nuts with heavy coat of clean grease. Anchor bolt location
14
tolerance: 1/16 IN. Provide steel templates for all column
15
anchor bolts.
16
17
L. Accurately locate and place expansion joint assemblies before
18
casting into floor slab so top of assembly is flush with
19
surface of finished floor. Keep screw holes clean and ready
20
to receive screws.
21
22
M. Paint ferrous metals in accordance with Section 09905.
23
24
25
END OF SECTION
26
City of Lubbock, Municipal Water Treatment - Contract 2
r"
No Text
No Text
(THIS PAGE LEFT BLANK INTENTIONALLY)
r
i"
71
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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
SECTION 06100
ROUGH CARPENTRY
A. Section Includes:
1. Rough carpentry.
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 07600 - Sheet Metal.
1.02 QUALITY ASSURANCE
A. Referenced Standards:
1. American Wood Preservers Association (AWPA):
a. Preservative and Pressure -Treatment Standards.
2. Federal Specifications (FS)
a. Standards for Individual Products as noted.
3. Lumber grading rules and species:
a. California Redwood Association (CRA).
b. National Forest Products Association (NFoPA).
c. US Department of Commerce Product Standard PS 20-70.
d. Southern Forest Products Association (SFPA).
e. Southern Pine Inspection Bureau (SPIB).
f. Western Wood Products Association (WWPA).
4. Plywood grading rules and recommendations:
a. American Plywood Association (APA).
b. American Wood Preservers Institute (AWPI):
1) Standards for Fire -Hazard Classification for
Fire -Retardant Treated Material.
c. US Department of Commerce Product Standard„(PS):
1) For softwood plywood: PS 1-74.
5. Underwriters Laboratories Inc.(UL):
a. Standards for Fire -Hazard Classification for
Fire -Retardant Treated Material.
B. Miscellaneous:
1. Factory marking:
a. Identify type, grade, moisture content, inspection
service, producing mill, and other qualities
specified.
b. Marking may be omitted if certificate of inspection
is provided for each shipment.
1.03 SUBMITTALS
City of Lubbock, Municipal Water Treatment - Contract 2
06100-1
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
06100-2
A. Shop Drawings:
1. See Section 01340.
2. Product technical data including:
a. Acknowledgement that products submitted meet
requirements of standards referenced.
PART 2 - PRODUCTS
2.01 MATERIALS
A. Lumber (for Framing, Blocking, Nailers, Furring, Cant Strips,
Grounds, and Similar Members): Comply with dry size
requirements of PS-20, Douglas Fir WWPA #3, or SFPA #1.
1. Thoroughly seasoned, well fabricated materials of longest
practical lengths and sizes.
2. Free of non -correctable warp.
3. Discard material which would impair quality of work.
B. Preservative Treated Material:
1. Treated lumber standard: AWPA C-2.
2. Treated plywood standard: AWPA C-9.
3. Preservative treatment standard: AWPA P-5.
4. Kiln dry treated material to 15 percent moisture content.
5. Where possible, precut material before treatment.
C. Anchorage and Fastening Materials: Proper type, size,
material, and finish for application.
PART 3 - EXECUTION
3.01 PREPARATION
A. Verify measurements, dimensions, and shop drawing details
before proceeding.
B. Coordinate location of furring, nailers, blocking, grounds
and similar supports for attached work.
3.02 ERECTION AND INSTALLATION
A. Attach work securely by anchoring and fastening as indicated
or required to support applied loading.
1. Provide washers under bolt heads and nuts.
B. Install roofing nailers as indicated:
1. Install per roofing manufacturer's recommendations.
2. Match height of nailers to insulation.
3. Anchor nailers to resist force of 75 PLF.
4. Use minimum of three anchors for each nailer with 1/2 IN
vent spaces between lengths of nailers.
5. Install nailers over vapor retarder where indicated.
City of Lubbock, Municipal Water Treatment - Contract 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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"
i
i
k
r
06100-3
O1 01
02 C. Provide preservative treated material for all materials used 02
03 outside building, in roof, and below grade. 03
04 04
05 END OF SECTION 05
City of Lubbock, Municipal Water Treatment - Contract 2
(THIS PAGE LEFT BLANK INTENTIONALLY)
THERMAL AND
MOISTURE
PROTECTION
7
(THIS PAGE LEFT BLANK INTENTIONALLY)
i
07176-1
r
01
91H1
SECTION 07176 -
r
02
03
MASONRY LIQUID WATER REPELLANT
04
05
06
PART
1 - GENERAL
C
07
08
1.01
SUMMARY
k••
09
10
A.
Section Includes:
11
1. Masonry liquid water repellant.
r
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.
r'
16
2. Division 1 - General Requirements.
17
3. Division 3 - Concrete.
18
4. Section 04210 - Brick Masonry.
r
19
S. Section 04510 - Masonry Cleaning.
20
21
1.02
QUALITY ASSURANCE
22
23
A.
Mock -Ups:
24
1. Product shall be applied to sample wall erected under
25
Section 04210.
26
27
1.03
SUBMITTALS
28
29
A.
Shop Drawings:
30
1. See Section 01340.
31
2. Product technical data including:
32
a. Acknowledgement that products submitted meet
33
requirements of standards referenced.
34
b. Manufacturer's installation instructions.
35
3. Warranty.
36
37
1.04
WARRANTY
38
39
A.
Provide manufacturer's standard 10-year performance warranty.
40
41
42
PART
2 - PRODUCTS
43
44
2.01
ACCEPTABLE MANUFACTURERS
45
46
A.
Subject to compliance with the Contract Documents, the
47
following Manufacturers are acceptable:
48
1. Liquid water repellant:
49
a. L & M Construction Chemicals (Pentane).
r-
50
b. Nox-Crete Chemicals Inc.(Stifel).
51
c. Pecora (Klere-Seal 920-S).
52
d. Dynamit Nobel (Chemtrete BSM-20).
53
r„
City of Lubbock, Municipal Water Treatment - Contract 2
77
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
07176-2
O1
B.
Submit requests for substitution in accordance with
01
02
Specification Section 01640.
02
03
03
04
2.02
MATERIALS
04
05
05 —
06
A.
Liquid Water Repellant: Clean, non -staining, non -yellowing,
06
07
deep penetrating silane sealer.
07
08
08
09
09 -'
10
PART 3
- EXECUTION
10
11
11
12
3.01
PREPARATION
12
13
13
14
A.
Protect adjacent surfaces not intended to be covered.-
14
15
15 _
16
B.
Clean surfaces to be covered in accordance with
16
17
manufacturer's recommendations.
17
18
18
19
C.
Make all mortar repairs at least 48 HRS prior to application.
19
20
20
21
D.
Allow masonry surfaces to cure minimum of 10 days prior to
21
22
application.
22
23
23
24
3.02
INSTALLATION AND APPLICATION
24
25
25
26
A..
Install products in accordance with manufacturer's
26 -
27
instructions.
27
28
28
29
B.
Apply two. coats to exterior work.
29 ^-
30
30
31
C.
Apply to exterior brick surfaces exposed to view.
31
32
32
33
END OF SECTION
33 r
City of Lubbock, Municipal Water Treatment -;.Contract 2
r
01 91F19 SECTION 07210
02
03 BUILDING INSULATION
04
05
06 PART 1 - GENERAL
07
08 1.01 SUMMARY
09
10 A. Section Includes:
11 1. Building insulation.
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 04220 - Concrete Masonry.
18
19 1.02 QUALITY ASSURANCE
20
21 A. Referenced Standards:
22 1. Federal Specifications (FS):
23 a. HH-I-524C.
24 2. Underwriters Laboratories Inc. (UL):
25 a. Building Materials Directory.
26
27 1.03 SUBMITTALS
28
29 A. Shop Drawings:
30 1. See Section 01340.
31 2. Product technical data including:
32 a. Acknowledgement that products submitted meet
33 requirements of standards referenced.
34 b. Manufacturer's installation instructions.
35 c. Manufacturer's recommendations on sealants and
36 mastics.
37
38
39 PART 2 - PRODUCTS
40
41 2.01 ACCEPTABLE MANUFACTURERS
42
43 A. Subject to compliance with the Contact Documents, the
44 following Manufacturers are acceptable:
45 1. Concrete masonry insulation inserts:
46 a. Korfil.
47 b. Or approved equal.
48
49 B. Submit requests for substitution in accordance with
50 Specification Section 01640.
51
52 2.02 MATERIALS
53
City of Lubbock, Municipal Water Treatment - Contract 2
07210-1.
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
07210-2
O1 A. Concrete Masonry Insulation Inserts: Cells of concrete
02 masonry units in exterior walls, where indicated, shall be
03 filled with Korfil or approved equal: The expanded
04 polystyrene insulation inserts shall be individually molded
05 to have a minimum density of 1.3 pcf and a maximum water
06 vapor transmission rate of 1.4 per inch, and shall conform to
07 Federal Specification HH-I-524C.
08
09
10
11 PART 3 - EXECUTION
12
13 3.01 INSTALLATION
14
15 A. General:
16 - 1. Concrete Masonry Insulation Inserts: Block inserts shall
17 be installed in the cores of blocks at the Block
18 Producer's Plant. Inserts shall be properly installed ,in
19 accordance with manufacturer's specifications to allow
20 blocks to be handled or saw cut without danger of insert
21 dislodgement. Blocks containing damaged or mutilated
22 Korfil inserts hall not be used.
23
24 END OF SECTION
25
City of Lubbock, Municipal Muter Treatment — Contract 2
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
07534-1
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
91F19
SECTION 07534
01
02
ADHERED ELASTOMERIC (EPDM) SHEET ROOFING
03
04
05
PART
1 - GENERAL
06
07
1.01
SUMMARY
08
09
A.
Section Includes:
10
1. Adhered elastomeric roofing.
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 07600 - Flashing and Sheet Metal.
17
18
1.02
QUALITY ASSURANCE
19
20
A.
Referenced Standards:
21
1. American Society for Testing and Materials (ASTM):
22
a. D4637, Standard Specification for Vulcanized Rubber
23
Sheet Use in Single -Ply Roof Membrane.
24
2. Factory Mutual (FM):
25
a. Fire -Resistance Rating.
26
b. Wind Uplift Rating.
27
3. Underwriter's Laboratories, Inc.(UL):
28
a. Building Materials Directory.
29
30
B.
Qualifications:
31
1. Applicator factory trained and approved in writing by
32
roofing manufacturer.
33
34
1.03
SUBMITTALS
35
36
A.
Shop Drawings:
37
1. See Section 01340.
38
2. Fabrication and/or layout drawings:
39
a. Scaled outline of roof showing slopes, edge details,
40
penetrations and details, and any special condition
41
not covered on the Drawings.
42
3. Product technical data including:
43
a. Acknowledgement that products submitted meet
44
requirements of standards referenced.
45
b. Manufacturer's installation instructions.
46
4. Certifications Prior to Installation:
47
a. Certification of applicator qualifications.
48
b. Certificates showing testing agency approval of
49
assembly for ratings indicated.
50
c. Letter from roofing manufacturer and insulation
51
manufacturer stating that roof insulation being used
52
is compatible with roofing system and will perform.
53
City of Lubbock, Municipal Water Treatment - Contract 2
07534-2
01 properly for intended use.
02 d. Letter from mechanical fastener manufacturer stating
03 that fasteners being used are compatible with roofing
04 system and will perform properly for intended use.
05 5. Certifications for Final Closeout:
06 a. Certification by manufacturer's representative that
07 roof has been installed properly.
08 b. Warranty.
09
10 B. Maintenance Manuals:
11 1. Maintenance data and repair kit.
12
13 1.04 WARRANTY
14
15 A. Manufacturer's standard 10-year warranty of watertightness
16 signed by roofing material's manufacturer.
17 1. Warranty to include provision to allow Owner to make
18 emergency repairs.
19
20 B. Applicators Maintenance Agreement: One year after issuance
21 of warranty by manufacturer, applicator shall:
22 1. Inspect roof and flashing.
23 2. Make required repairs thereto.
24 3. Submit written report to Owner with copy to Engineer
25 including:
26 a. Date of inspection.
27 b. Condition of roofing and flashing membrane.
28 c. Repairs made.
29
30
31
PART
2 - PRODUCTS
32
33
2.01
ACCEPTABLE MANUFACTURERS
34
35
A.
Subject to compliance with the Contract Documents, the
36
following Manufacturers are acceptable:
37
1. Roofing system:
38
a. Carlisle Syntech Systems Inc.
39
b. Firestone Building Products Co.
40
c. Gen Corp.
41
d. Goodyear Tire and Rubber Co.
42
e. Syenergy Methods Inc.
43
2. Other materials:
44
a. Manufacturers as noted.
45
46
B.
Submit request for substitution in accordance with
47
Specification Section 01640.
48
49
2.02
DESIGN CRITERIA
50
51
A.
Roof Assembly Design Criteria:
52
1. UL Class A roof covering.
53
2. FM Class I-90 wind uplift rating.
City of Lubbock, Municipal Water Treatment- Contract2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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
07534-3
i
01
02
03
B.
Roofing System: Single -ply rubber membrane (EPOM) fully
adhered over insulation.
04
05
2.03
SYSTEM COMPONENTS
06
07
A.
Use only materials approved by roofing materials
08
manufacturer.
..
09
10
B.
Roofing Membrane:
11
1. EPOM rubber sheet.
12
2. 0.060 IN thick.
13
3. Color: Black.
14
4. ASTM 04637.
15
16
C.
Roof Insulation: Expanded polystyrene -wood fiber composite
17
board with approved facers.
18
1. Approved by roofing manufacturer.
19
2. UL listed for assembly indicated.
20
3. Thickness: 2 IN minimum.
21
4. Taper to provide slope of 1/4 IN per foot minimum or as
22
noted on the Drawings.
�-
23
5. Provide insulation which does'not require additional
24
membrane underlayment for adhering membrane.
25
26
O.
Flashing: Uncured neoprene sheet, 0.060 IN thick or EPOM
27
roofing membrane used for roofing work.
28
29
E.
Adhesives, Tapes, Cements and Sealants: Roofing
r^
30
manufacturer's standard.
r
31
32
F.
Provide all miscellaneous accessories as required.
33
34
G.
Fasteners as recommended by component manufacturer and FM.
i
i
35
36
2.04
MAINTENANCE MATERIALS
r
37
38
A.
Provide Owner with patch repair kit containing as a minimum.
39
1. Lap sealant.
r.
40
2. Piece of roofing membrane 2 x 2 FT.
41
3. Adhesive and primer.
42
43
B.
Instruct Owner's personnel on making emergency patch and
44
repairs to roof.
45
46
C.
Owner to notify roofing manufacturer within 3 working days if
r-
47
emergency repairs are made by Owner personnel.
48
` City of Lubbock, Municipal Water Treatment - Contract 2
K
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
07534-4
01
PART 3
- EXECUTION
02
03
3.01
INSTALLATION
04
05
A.
Install products in accordance with manufacturer's
06
instructions.
07
08
B.
Install all nailers not indicated, but required; nailers
09
indicated are part of work of Section 06100.
10
11
C.
Installation of Insulation:
12
1. Cut insulation neatly to fit around all roof penetrations
13
and projections.
14
2. Butt joints tightly.
15
3. Attach insulation in accordance with FM and
16
manufacturer's recommendations.
17
4. Provide tapered insulation where shown or required.
18
19
D.
Installation of Roofing:
20
1. Seal seams with lap sealant same day they are laid.
21
2. Install flashing at all vertical surfaces, roof
22
interruptions and penetrations..
23
3. Have representative of manufacturer make an inspection
24
and issue written report to Engineer that roofing system'
25
has been installed properly.
26
4. Install walking surfaces where indicated.
27
28
E.
Flash all roof penetrations in accordance with roofing
29
manufacturer's standard details.'
30
31
3.02
FIELD QUALITY CONTROL
32
33
A.
Provide services of manufacturer's field service
34
representative as required.
35
36
B.
Protect installed insulation from water using water "cut-offs
37
in bad weather and at end of work period.
38
39
C.
Remove and replace wet insulation.
40
41
END OF SECTION
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
City of Lubbock, Municipal Water Treatment '- Contract 2
r
t
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
91HOI
PART 1 - GENERAL
1.01 SUMMARY
SECTION 07600
FLASHING AND SHEET METAL
A. Section Includes:
1. Architectural flashing and sheet metal work.
B. Related Sections include but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms, and
Conditions of the Contract.
2. Division l - General Requirements.
3. Section 07534 - Adhered Elastomeric (EPDM) Sheet Roofing.
4. Section 07900 - Joint Sealants.
5. Section 09905 - Painting and Protective Coatings.
1.02 QUALITY ASSURANCE
A. Referenced Standards:
1. American Architectural Manufacturer's Association (AAMA):
a. 605.2, Voluntary Specification for High Performance
Organic Coatings on Architectural Extrusion and
Panels.
2. American Society for Testing and Materials (ASTM):
a. A526, Standard Specification for Steel Sheet,
Zinc -Coated (Galvanized) by the Hot -Dip Process
Commercial Quality.
b. B32, Standard Specification for Solder Metal.
c. B209, Standard Specification for Aluminum and
Aluminum Alloy Sheet and Plate.
d. B308, Standard Specification for Aluminum Alloy
6061-T6 Standard Structural Shapes.
e. 8486, Standard Specification for Paste Solder.
3. Sheet Metal and Air Conditioning Contractors National
Association (SMACNA):
a. Architectural Sheet Metal Manual.
b. Architectural Sheet Metal Specifications.
1.03 SYSTEM DESCRIPTION
A. Gravel Stop/Fascia: Approved by.Elastomeric (EPDM) sheet
roofing manufacturer and part of roof warranty specified in
Section 07534.
1.04 SUBMITTALS
A. Shop Drawings:
1. See Section 01340.
2. Fabrication and/or layout drawings.
City of Lubbock, Municipal Water Treatment- Contract 2
07600-1
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
07600-2
O1
a. Scaled drawing showing expansion joint locations,
02
special conditions, profile, fastening and jointing
03
details.
04
3. Product technical data including:
05
a. Acknowledgement that products submitted meet
06
requirements of standards referenced.
07
b. Manufacturer's installation instructions.
08
4. Warranty.
09
10
B.
Samples:
11
1. Finish and color samples for each product specified for
12
Engineer selection.
13
14
1.05
WARRANTY
15
16
A.
Furnish 5-year guarantee on sheet metal work, signed jointly
17
by Contractor and sheet metal installer.
18
1. Agree to repair or replace work which leaks water or
19
deteriorates excessively, including color failure, or
20
otherwise fails to perform as watertight flashing.
21
22
B.
Clad steel shall be provided with manufacturer's standard
23
20-year warranty against color fade, chalking and film
24
integrity.
25
26
27
PART
2 - PRODUCTS
28
29
2.01
ACCEPTABLE MANUFACTURERS
30
31
A.
Subject to compliance with the Contract Documents, the
32
following Manufacturers are acceptable:
33
1. Formed aluminum copings:
34
a. MM Systems Corp.
35
b. Construction Specialties Inca
36
c. W.P.Hickman Co.
37
2. Clad steel flashings:
38
a. Vincent Brass and Aluminum Co.
39
b. Peterson Aluminum Corp.
40
3. Reglets:
41
a. Fry Reglet Corp.
42
b. Superior.
43
c. Cheney.
44
45
B.
Submit request for substitutions in accordance with
46
Specification Section 01640.
47
48
2.02
MATERIALS
49
50
A.
Factory Formed Aluminum Coping:
51
1. Coping piece: Aluminum, ASTM B209.
52
2. Coping chair: Steel, galvanized per ASTM A526.
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
City of Lubbock, Municipal Water Treatment - Contract 2
I
07600-3
01
B.
Sheet Metal: Steel, galvanized per ASTM A526.
01
02
02
03
C.
Fasteners: Non-ferrous compatible with sheet metal.
03
04
04
05
D.
Retainer Clips: Galvanized steel or stainless steel.
05
06
06
07
E.
Solder: ASTM B32 or B486.
07
08
08
09
F.
Dissimilar Metal Protection: Comply with Section 09905.
09
10
10
11
G.
Reglets: Non-ferrous, compatible with sheet metal.
11
12
12
13
2.03
ACCESSORIES
13
14
14
15
A.
Overflow Scuppers: Same material as sheet metal.
15
16
16
17
B.
Other accessories as required to form a complete watertight
17
18
system.
18
19
19
20
C.
Coordinate accessories with fascia system.
20
21
21
22
D.
Finish to match fascia finish.
22
23
23
24
2.04
FABRICATION
24
25
25
26
A.
Factory Formed Aluminum Coping:
26
27
1. Coping piece which locks to an aluminum or galvanized
27
28
steel gutter coping chair which is anchored to top of
28
29
wall.
29
30
2. Minimum 0.050 IN coping.
30
31
3. 20 GA, galvanized coping chair.
31
32
4. Finish of aluminum coping: Fluorocarbon coated -color as
32
33
.
selected by Engineer from manufacturer's standard.
33
34
5. Factory welded and mitered corners.
34
35
6. Similar to MM Systems SLF Series I..
35
36
36
37
B.
Prefinished Sheet Metal:
37
38
1. Smooth finish clad steel.
38
39
2. Minimum 24 GA galvanized steel, G-90 coating.
39
40
3. Coated on exposed face with fluoropolymer coating,
40
41
minimum 1.0 mil dry film thickness.
41
42
a. Back side coated with 0.4 mil fluoropolymer coating.
42
43
43
44
C.
Retainer Clips: 16 GA galvanized steel, G60 coating minimum.
44
45
45
46
D.
Reglets:
46
47
1. Profiles required for uses shown on Drawings.
47
48
2. Use 24 GA galvanized steel with galvanized steel sheet
48
49
metal.
49
50
3. Provide interior and exterior preformed corners as
50
51
required.
51
52
4. Fabricate as required to fit special conditions.
52
53
53
City of Lubbock, Municipal Water Treatment - Contract 2
07600-4
01
E.
Shop fabricate items to maximum extent possible. .
02
1. Fabricate true and sharp to profiles and sizes indicated
03
on Drawings.
04
a. Shop fabricate and weld all corners.
05
06
07
PART 3
- EXECUTION
08
09
3.01
PREPARATION
10
11
A.
Provide items to be built into other"construction to
12
Contractor in time to allow their installation.
13
14
B.
If such items are not provided in time for installation,
15
sheet metal fabricator cut in and install.
16
17
3.02
INSTALLATION
18
19
A.
Install products in accordance with manufacturer's
20
instructions, SMACNA, and as indicated on Drawings.
21
22
B.
Solder steel and weld aluminum to achieve weathertight'joints
23.
and required details; do not solder or weld slip joints and
24
prefinished items.
25
26
C.
Set top edges of sheet metal flashings into reglets or as
27
indicated on Drawings.
28
29
D.
Fasten materials at intervals recommended by SMACNA.
30
31
E.
Install slip joints to allow for thermal movement as
32
recommended by SMACNA and manufacturer.
33
1. Use SMACNA detail plate 44, Figure C, with 4 IN calked
34
lap.
35
2. Maximum spacing: 10 FT OC.
36
3. Provide slip joint 24 IN from corners.
37
38
F.
Calk joints with two beads of sealant on each overlap. Refer
39
to Section 07900 for sealant.
40
41
G.
Form flashings to provide spring action with exposed edges
42
hemmed or folded to create tight junctures.
43
44
H.
Provide dissimilar metals and materials protection where
45
dissimilar metals come in contact or where sheet metal
46
contacts mortar. Refer to Section 09905 for dissimilar
47
metals protection.
48
49
I.
Provide all components necessary to create watertight
50
junctures between roofing and sheet metal work.
51
52
J.
Provide all miscellaneous sheet metal items not specifically
53
covered elsewhere, as indicated or required to provide a
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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 2
07600-5
O1 weathertight installation.
02
03 END OF SECTION
City of Lubbock, Municipal Water Treatment - Contract 2
01
02
03
(THIS PAGE LEFT BLANK INTENTIONALLY)
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
91H01
PART 1 - GENERAL
1.01 SUMMARY
A. Section Includes:
1. Sealant work.
SECTION 07900
JOINT SEALANTS
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.
C. Work included consists of but is not necessarily limited to:
1. Sealing all joints which will permit penetration of
moisture, unless sealing work is specifically required
under other sections, and including the following:
a. Flashing reglets and retainers.
b. Exterior wall joints.
c. Masonry control joints, exterior and interior and
between masonry and other materials.
d. Flooring joints.
e. Isolation joints.
f. Joints between paving or sidewalks and building.
g. Concrete control and expansion joints, exterior and
interior.
h. Joints between precast units and walls.
i. Joints at penetrations of walls, floors and decks by
piping and other services and equipment.
J. Exterior and interior perimeters of exterior and
interior door and window frames, louvers, grilles,
etc.
k. Thresholds at exterior doors.
1. Sealing of plumbing fixtures to floor or walla
m. Other joints where calking, sealant or compressible
sealant is indicated.
1.02 QUALITY ASSURANCE
A. Referenced Standards:
1. American Society for Testing and Materials (ASTM):
a. C920, Standard Specification for Elastomeric Joint
Sealants.
2. Federal Specification (FS):
a. TT-S-001543A, Sealing Compound: Silicone Rubber Base
(for Caulking, Sealing and Glazing in Buildings and
Other Structures).
b. TT-S-00230C, Sealing Compound: Elastomeric Type,
Single Component (for Caulking, Glazing and Sealing'
07900-1
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 2
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
07900-2
in Buildings and Other Structures).
c. TT-S-00227E, Sealing Compound: Elastomeric Type,
Multi -Component (for Caulking, Sealing and Glazing in
Buildings and Other Structures).
B. Qualifications:
1. Sealant applicator shall have minimum 5 years experience
on projects with similar scope.
C. Mock -Ups:
1. Before calking work is started, a sample of each type of
Joint shall be calked where directed by the Engineer.
The approved samples shall show the workmanship, bond,
and color of calking materials as specified or selected
for the work and shall be the minimum standard of quality
on the entire project.
1.03 DEFINITIONS
A. Words "calk," "sealant," and "calking" mean sealant work.
B. "Interior wet areas" mean toilets, laboratories, and similar
areas.
C. Applicator means.the individual actually on site performing
the work.
1.04 SUBMITTALS
A. Shop Drawings:
1. See Section 01340.
2. Applicator qualifications.
3. Product technical data including:
a. Acknowledgement that products submitted meet
requirements of standards referenced.
b. Manufacturer's installation instructions.
c. Manufacturer's recommendations for joint cleaner,
primer, backer rod, tooling and bond breaker.
4. Certification from sealant manufacturer stating product
being used is recommended for and is best suited for
joint in which it is being applied.
5. Warranty.
B. Samples:
1. Cured sample of each color for Engineer's color
selection.,'Color chart not acceptable.
1.05. DELIVERY, STORAGE, AND HANDLING
A. Deliver material in manufacturer's original unopened
containers with labels intact:
1. Labels shall indicate contents and expiration date on
material.
O1-1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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 2
I
7
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
1.06 WARRANTY
A. Material and Labor Warranty.
1. Sealant work free of defects for a period of 3 years from
date of final acceptance.
2. Failure of watertightness constitutes defect.
3. Remove any defective work or materials and replace with
new work and materials.
4. Warranty signed jointly by applicator and sealant
manufacturer.
PART 2 - PRODUCTS
2.01 ACCEPTABLE MANUFACTURERS
A. Subject to compliance with the Contract Documents, the
following Manufacturers are acceptable:
1. Polyurethane sealants:
a. MAMECO International.
b. Sika Chemical Corp.
c. Pecora.
d. Tremco.
e. Sonneborn - Rexnord.
2. Silicone sealants:
a. General Electric.
b. Dow Corning Corp.
3. Backer rod, primer, joint cleaners, bond breaker:
a. As recommended by sealant manufacturer.
B. Submit requests for substitution in accordance with
Specification Section 01640.
2.02 MATERIALS
A. Sealants - General:
1. Provide colors matching materials being sealed.
2. Where compound is not exposed to view in finished work,
provide manufacturer's color which has best performance.
3. Nonsagging sealant for vertical joints.
4. Sealants for horizontal joints: Self -leveling
pedestrian/traffic grade.
B. Polyurethane Sealant:
1. One or two components.
2. Meet ASTM C920; Fed Spec TT-S-00230C, Type II, Class 'A,
or TT-S-00227E, Type II, Class A.
a. Vulkem 116,227,45,245.
b. Sikaflex-IA, Sikaflex-2C,NS.
c. Dynatrol I, Dynatrol II, Urexpan NR-200, NR-201.
d. Tremco Dymonic or Dymeric.
e. Sonolastic NP-1, NP-II, Sonolastic SL-1, Sonolastic
07900-3
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 2
07900-4
O1
Paving Joint Sealant.
01
02
02
03
C.
Silicone Sealant:
03
04
1. One component.
04
05
2. Meet Fed Spec TT-S-001543A, Class A:
05
06
a. Silpruf, Silglaze N, Sanitary 1700 sealant for
06
07
sealing plumbing fixtures.
07
08
b. 790, 795, 786 for sealing plumbing fixtures.
08
09
09
10
D.
Joint Cleaner, Primer, Bond Breaker: As recommended by
10
11
sealant manufacturer.
11
12
12
13
E.
Sealant Backer Rod: Closed cell polyethylene, polyethylene
13
14
jacketed polyurethane foam, or other flexible, nonabsorbent,
14
15
nonbituminous material recommended by sealant manufacturer
15
16
to:
16
17
1. Control joint depth.
17
18
2. Break bond of sealant at bottom of joint.
18
19
3. Provide proper shape of sealant bead.
19
20
20
21
F.
Adhesive, Compressible Sealant: As recommended by sealant
21
22
manufacturer.
22
23
23
24
24
25
PART 3
- EXECUTION
25
26
26
27
3.01
PREPARATION
27
28
28
29
A.
Before use of any sealant, investigate its compatibility with
29
30
joint surfaces, fillers and other materials in joint system.
30
31
31
32
B.
Use only compatible materials.
32
33
33
34
C.
Where required by manufacturer, prime joint surfaces.
34
35
1. Limit application to surfaces to receive calking.
35
36
2. Mask off adjacent surfaces.
36
31
37
38
3.02
INSTALLATION
38
39
39
40
A.
Install products in accordance with manufacturer's
40
41
instructions.
41
42
42
43
B.,
Clean all joints.
43
44
44
45
C.
Where finish coating or covering is to be applied to surface,
45
46
wait until such coating or covering has been applied before
46
47
installing sealant; e.g., paint, wall covering, ceramic tile.
47
48
48
49
D.
Make all joints water and airtight.
49
50
50
51
E.
Make depth of sealing compounds not more than one-half width
51
52
of joint, but in no case less than 1/4 IN nor more than
52
53
5/8 IN.
53
City of Lubbock, Municipal Water Treatment - Contract 2
L
O1
02
F.
Provide correctly sized backer rod in all joints to proper
03
depth.
04
G.
Apply bond breaker where required.
05
07
H.
Tool sealants using sufficient pressure to fill all voids.
08
y
("
09
I.
Upon completion, leave calking with smooth even neat finish.
10
11
3.03
SCHEDULES
r
12
13
A.
Furnish sealant as indicated for the following areas:
14
1. Exterior areas:
15
a. Polyurethane or
16
b. Silicone.
17
2. Interior wet areas:
18
a. Polyurethane or
19
b. Silicone.
20
3. Interior nonwet, corrosive areas:
21
a. Polyurethane or
22
b. Silicone.
23
4. Interior nonwet, drywall and plaster noncorrosive areas:
24
a. Polyurethane or
25
b. Silicone.
("
26
I
27
END OF SECTION
r
07900-5
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
City of Lubbock, Municipal Water Treatment - Contract 2
I
(THIS PAGE LEFT BLANK INTENTIONALLY)
G
Z
d c/'�
3
t/1 O
� G
O Z
O f--1
G 3 00
(THIS PAGE LEFT BLANK INTENTIONALLY)
7
IV,
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
91HOI
PART 1 - GENERAL
1.01 SUMMARY
SECTION 08110
METAL DOORS AND FRAMES
A. Section Includes:
1. Metal doors and frames.
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 04110 - Cement and Lime Mortars.
4. Section 08700 - Finish Hardware.
5. Section 08800 - Glass and Glazing.
1.02 QUALITY ASSURANCE
A. Referenced Standards:
1. American National Standards Institute (ANSI):
a. A115, Door and Frame Preparation.
b. A224.1, Test Procedures and Acceptance Criteria for
Prime Painted Steel Surfaces for Steel Doors and
Frames.
2. American Society for Testing and Materials (ASTM):
a. A153, Standard Specification for Zinc Coating
(Hot -Dip) on Iron and Steel Hardware.
b. A366, Standard Specification for Steel, Sheet,
Carbon, Cold -Rolled Commercial Quality.
c. A525, Standard Specification for General Requirements
for Steel Sheet, Zinc -Coated (Galvanized) by the
Hot -Dip Process.
d. A780, Standard Practice for Repair of Damaged and
Uncoated Areas of Hot -Dip Galvanized Coatings.
3. National Fire Protection Association (NFPA):
a. 80, Standard for Fire Doors and Windows.
4. Steel Door Institute (SDI):
a. All SDI publications.
5. Underwriters Laboratories, Inc.(UL):
a. Building Materials Directory.
B. Qualifications:
1. Manufacturer must be current member of SDI.
C. Wipe coat galvanized steel is not acceptable as substitute
for galvanizing finish specified.
1.03 SUBMITTALS
08110-1
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
City of Lubbock, Municipal Water Treatment - Contract 2
08110-2
01 ' A. Shop Drawings:
02 1. See Section 01340.
03 2. Product technical data including:
04 a. Acknowledgement that products submitted meet
05 requirements of standards referenced.
06 b. Manufacturer's installation instructions.
07 3. Schedule of doors and frames using same reference numbers_
08 as used on Drawings. Indicate elevations, frame
09 sections, anchorages, door and frame dimensions, metal
10 gages, glazing and accessories.
11 4. SDI certification.
12
13 _
14 PART 2 - PRODUCTS
15
16 2.01 ACCEPTABLE MANUFACTURERS
17
18 A. Subject to compliance with the Contract Documents, the
19 following Manufacturers are acceptable:
20 1. Metal doors and frames:
21 a. CECO Corporation.
22 b. Steelcraft Manufacturing Co.
23 c. Republic Doors and Frames.
24 d. Amweld Building Products Division.
25 e. Curries Company.
26 f. Mesker Industries Inc.
27 g. Pioneer Industries.
28 h. Dittco Products, Inc.
29 1. Fenestra Corporation.
30 j. Kewanee Corporation.
31 k. Tex -Steel.
32 1. Western Hollow Metal.
33
34 2.02 MATERIALS
35
36 A. Sheet Steel: Cold rolled, commercial quality.
37
38 B. Supports, Reinforcing and Anchors: Steel. .
39
40 C. Inserts, Bolts and Fasteners: Manufacturer's standard units.
41
42 D. Primer: Manufacturer's standard.
43
44 E. Galvanizing Repair: ASTM A780.
45
46 F. Grout: As specified in Section 04110.
47
48 G. Insulation: Inorganic insulation board of mineral wool,
49 fibrous glass, perlite, urethane, or polystyrene.
50
51 H. Frames: Steel, ASTM A366.
52
53 2.03 ACCESSORIES
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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 2
PM
E
O1
r'
02
A.
Exterior
Door Louvers:
03
1.
Z-shaped, 20 GA steel blades galvanized in accordance
04
with ASTM A525, G60 coating.
r'
05
2.
Space blades 1-1/2 IN on center.
06
3.
Furnish removable insect screen on interior face of door,
07
14 x 18 aluminum mesh in rigid frame.
08
4.
Sightless.
09
10
B.
Lites
(Glass Panels):
11
1.
18 GA with countersunk mounting holes and phillips head
r.
12
steel thru bolts with blank heads one side.
13
2.
Anemostat B75, primed for field painting.
14
3.
Glass: See Section 08800.
15
16
C.
Frame
Anchors:
17
1.
Masonry jamb anchors:
18
a. 16 GA, steel galvanized per ASTM A153, G60 coating
19
corrugated adjustable 'T' design.
20
2.
Metal stud anchors:
21
a. 16 GA steel, Z design shop welded to frame.
22
3.
Floor anchors:
23
a. 12 GA, steel galvanized per ASTM A153, G60 coating.
24
25
2.04
FABRICATION
r'
26
27
A.
General:
28
1.
fabricate rigid, neat in appearance and free from
29
defects.
30
2.
Form to sizes and profiles indicated on Drawings.
31
3.
Fit and assemble in shop wherever practical.
32
4.
Mark work that cannot be fully assembled in shop to
33
assure proper assembly at site.
34
5.
Weld joints continuously, dress exposed joints smooth and
35
flush.
.M
36
6.
Fabricate doors and frames to tolerance requirements of
37
SDI-117.
38
7.
Fit doors to SDI and NFPA 80 clearances.
39
40
B.
Hollow
Metal Doors:
41
1.
General:
42
a. 1-3/4 IN thick.
43
b. 16 GA minimum face sheets.
44
c. Fabricate with flush top closures.
45
d. Fill and grind all joints.
r.,
46
2.
Exterior:
47
a. SDI Grade III, Model 3 or 4, seamless, insulated.
48
b. Galvanized per ASTM A525, G60.
49
3.
Interior:
�-
50
a. SDI Grade II, Model 3 or 4, seamless.
51
b. Sound insulated.
52
53
C.
Hollow
Metal Frames:
City of Lubbock, Municipal Water Treatment - Contract 2
I
08110-3
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
08110-4 .
01
1. General:
02
a. 26 GA steel boxes welded to frame at back�of all
03
hardware cutouts.
04
b. 7 GA steel plate reinforcement welded to frame for
05
hinge reinforcing.
06
c. 12 GA steel plate reinforcement welded to frame for
07
strikes, closers and surface -mounted hardware.
08
d. Split type frames not acceptable.
09
e. Conceal all fasteners.
10
f. Weld and grind smooth all joints.
11
2. Exterior (up to 4 FT wide):
12
a. 16 GA steel galvanized per ASTM A525, G60.
13
3. Exterior (over 4 FT wide):
14
a. 14 GA steel galvanized per ASTM A525, G60.
15
4. Fire rated:
16
a. UL labeled.
17
b. Comply with NFPA 80.
18
5. Provide removable spreaders at bottom of frame.
19
20
D.
Supports, Reinforcing and Anchors:
21
1. Exterior:
22
a. 16 GA steel galvanized per ASTM A153, Class B.
23
2. Interior:
24
a. 16 GA steel.
25
26
E.
Prepare for finish hardware in accordance with hardware
27
schedule, templates provided by hardware supplier, and ANSI
28
A115.
29
1. Locate finish hardware in accordance with SDI.
30
2. See Section 08700,for hardware.
31
32
F.
Clean off mill scale and foreign materials,,repair damaged
33
galvanized surfaces per ASTM A780.
34
35
G.
After fabrication thoroughly clean, phosphate treat and prime
36
with rust inhibiting primer.
37
1. Finish shall meet requirements of ANSI A224.1.
38
39
40 PART 3 - EXECUTION
41
42 3.01 INSTALLATION
43
44 A. Install frames and doors in accordance with SDI and
45 manufacturer's instructions.
46
47 B. Place frames prior to construction of enclosing walls and
48 ceilings.
49
50 C. Plumb, align, and brace securely until permanently anchored.
51
52 D. After completion of walls, remove temporary braces and
53 spreaders.
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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 2 r
r
1 .
08110-5
01
01
02
E.
Install fire -rated frames in accordance with NFPA 80 and
02
03
manufacturer's instructions.
03
04
04
05
F.
Use plastic plugs to keep silencer holes clear during
05
06
construction.
06
07
07
08
G.
In closed steel stud partitions, attach studs to frame
08
09
anchors with self -tapping screws.
09
10
10
11
H.
Grout fill all frames in masonry construction.
11
12
12
r-
13
I.
Immediately after erection, sand smooth rusted or damaged
13
[:
14
areas of prime coat.
14
15
15
+^
16
J.
Touch-up prime coat with compatible primer.
16
17
17
18
K.
Leave smooth for finish painting.
18
19
20
L.
Install three silencers on strike jamb of .single frame and
19
ZO
21
two on head of double frame.
21
22
22
23
M.
Install minimum three anchors per jamb.
23
24
24
25
N.
For floor anchors, provide two adjustable 3 IN wide flanged
25
�•
26
floor clips punched for anchoring.
26
27
27
28
0.
Protect frames during construction.
28
29
29
30
END OF SECTION
30
7
City of Lubbock, Municipal Water Treatment - Contract 2
(THIS PAGE LEFT BLANK INTENTIONALLY)
08213-1
I
O1
91K08
SECTION 08213
02
03
FIBERGLASS DOORS AND FRAMES
..
04
05
06
PART
1 - GENERAL
07
08
1.01
SUMMARY
09
10
A.
Section Includes:
11
1. Fiberglass reinforced plastic doors.
12
2. Frames.
("
13
3. Transoms.
14
15
B.
Related Sections include but are not necessarily limited to:
16
1. Division 0 - Bidding Requirements, Contract Forms, and
17
Conditions of the Contract.
18
2. Division 1 - General Requirements.
19
3. Section 08700 - Finish Hardware.
20
4. Section 08800 - Glass and Glazing.
21
22
r^
23
1.02
SUBMITTALS
24
25
A.
Shop Drawings:
26
1. See Section 01340.
27
2: Product technical data including:
28
a. Manufacturer's installation instructions.
29
3. Schedule of doors using same numbers as indicated on
30'
Drawings. Schedule to include: Size, type, swing,
r`
31
rating, if any, frame type and size, and hardware set
32
required.
�,.
33
4. Warranty.
34
35
B.
Samples:
36
1. Plastic laminate samples of manufacturer's full line of
37
colors and finishes for Engineer's selection.
38
39
40
41
1.03
WARRANTY
42
A.
Warrant doors in writing for life of installation against
43
defects including:
44
1. Any defect which may impair or affect performance
e;
45
of door for purpose for which it is intended.
46
47
B.
Warranty to include:
48
1. Removal and replacement of defective doors.
49
2. Removal of existing hardware and refitting to new door.
50
51
52
PART
2 - PRODUCTS
53
City of Lubbock, Municipal Water Treatment - Contract 2
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
08213-2
O1 2.01 ACCEPTABLE MANUFACTURERS
02
03 A. Subject to compliance with the Contract Documents, the
04 following Manufacturers are acceptable:
05 1. Doors:
06 a. Chemc-Pruf Door Company.
07
O8 B. Submit requests for substitution in accordance with
09 Specification Section 01640.
10
11 2.02 MATERIALS
12
13 A. Doors:
14 1. Fiberglass reinforced plastic (FRP):
15 a. Fiberglass content 25% by weight.
16 b. Seamless, 1-3/4"`thick.
17 c. Factory molded mortise.
18 d. R-factor of 12.
19
20 2.03 ACCESSORIES
21
22 A. Window Lites:
23 1. Size as indicated on Drawings.
24 2. Factory molded openings.
25 3. See Section 08800 for glass.
26
27 B. Louvers:
28 1. Size as openings indicated on Schedules.
29
30
31 PART 3 - EXECUTION
32
33 3.01 INSTALLATION
34
35 A. Install products in accordance with manufacturer's
36 instructions.
37
38 B. Fit doors to frames and install hardware at factory.
39
40 3.03 SCHEDULES
41
42 A. Refer to Drawings for door schedule.
43
44 END OF SECTION
City of Lubbock, Municipal Water Treatment - Contract 2
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
Q3A)
08332-1
4
Af
01
91K08
SECTION 08332
.�
02
03
OVERHEAD DOOR (ROLLING STEEL)
04
05
7
06
PART
1 - GENERAL
07
08
1.01
SUMMARY
,.�
09
E
10
A.
Section Includes:
11
1. Rolling steel overhead doors.
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.
0
16
2. Division 1 - General Requirements.
f
17
3. Section 08700 - Finish Hardware.
18
4. Section 11005 - Equipment: General Requirements.
19
r'
20
1.02
QUALITY ASSURANCE
21
22
A.
Referenced Standards:
r^
23
1. American Society for Testing and Materials (ASTM):
f
24
a. A176, Standard Specification for Stainless and
25
Heat -Resisting Chromium Steel Plate, Sheet and Strip.
26
b. A526, Standard Specification for Steel Sheet
27
Zinc -Coated (Galvanized) by the Hot -Dip Process,
28
Commercial Quality.
29
c. E283, Standard Test Method for Rate of Air Leakage
30
through Exterior Windows, Curtain Walls and Doors.
31
'.2. Underwriters Laboratories, Inc. (UL):
32
a. Building Materials Directory.
�.
33
34
B.
Qualifications:
i
35
1. Installer to be licensed or approved in writing by door
36
manufacturer.
r`
37
38
1.03
SUBMITTALS
39
1..,
40
A.
Shop Drawings:
41
1. See Section 01340.
•
42
2. Product technical data including:
43
a. Acknowledgement that products submitted meet
44
requirements of standards referenced.
45
b. Manufacturer's installation instructions.
"
46
c. Manufacturer's standard color charts.
47
3. Schedule of doors using same reference number for
48
openings as indicated on Drawings.
49
4. Certification of installer qualifications.
50
51
B.
Operation and Maintenance Manuals:
52
53
City of Lubbock, Municipal Water Treatment - Contract 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
08332-2
O1
PART 2
- PRODUCTS
O1
02
02
03
2.01
ACCEPTABLE MANUFACTURERS
03
04
04
05
A.
Subject to compliance with the Contract Documents, the
05
06
following Manufacturers are acceptable:
06
07
1. Rolling steel overhead doors:
07
08
a. Cookson.
08
09
b. North American Rolling Door Co.
09
10
c. Overhead Door Corp.
10
11
d. Atlas Door Corporation.
11
12
e. Kinnear.
12
13
f. Mahon Door Corporation.
13
14
14
15
B.
Submit requests for substitution in accordance with
15
16
Specification Section 01640.
16
17
17
18
2.02
MATERIALS
18
19
19
20
A.
Doors: Steel ASTM A526.
20 `
21
21
22
B.
Weatherproofing: Neoprene.
22 -
23
23 ,
24
C.
Frame and Guides: Steel ASTM A526.
24 --
25
25
26
D.
Insulation: Closed cell polyurethane foam.
26
27
27 —,
28
28
29
2.03
FABRICATION
29
30
30 —
31
A.
Doors:
31
32
1. Insulated door slats:
32
33
a. 2-5/8 IN high -flat profile with interlocked backing.
33
34
b. Minimum 22 GA exterior.
34
35
c. Minimum 24 GA interior.
35
36
2. Insulate all exterior doors.
36
37
a. U value 0.76 minimum..
37
38
3. Finish:
38
39
a. All exposed parts factory prime painted.
39
40
4. Bottom bar: Structurally reinforced with compressible seal.
40
41
5. Air baffle weatherstripping at hood (exterior doors
41
42
only).
42
43
6. Guide sealing adjustable weatherstripping at jambs and
43
44
lintel (exterior doors only).
44 -
45
7. Air Infiltration: 1.55 CF per minute per square foot of
45
46
opening maximum when tested in accordance with ASTM E283
46
47
with 25 mph wind load.
47
48
48
49
B.
Frames:
49
50
1. Mounting:
50
51
a. Interior face of wall.
51
52
2. Manufacturer's standard for size of door specified.
52
53
a. Finish to match door.
53
City of Lubbock, Municipal Water Treatment - Contract 2.
08332-3
O1
3. Furnish wind locks.
01
02
02
103
C.
Counterbalance Assembly:
03
04
1. Oil tempered, 100,000 cycle, helical steel torsion
04
05
springs with 25 percent safety factor fixed to tapered
05
06
cast anchors housed on steel pipe with 0.03 IN maximum
06
07
deflection per foot of span.
07
O8
08
09
D.
Wind Load: 20 psf minimum.
09
10
10
11
E.
Operation:
11
12
1. Manual chain operated
12
13
13
14
F.
Locking:
14
15
1. Slide bolts to accept cylinders keyed to building keying
15
16
system. See Section 08700.
16
17
17
18
2.05
MAINTENANCE MATERIALS
18
19
19
20
A.
Provide 1 quart of touch-up paint properly labeled for each
20
21
different color of door.
21
22
22
23
23
24
PART
3 - EXECUTION
24
25
25
26
3.01
INSTALLATION
26
27
27
28
A.
Install products in accordance with manufacturer's
28
29
instructions.
29
30
30
31
B.
Installation shall be done by manufacturer's authorized
31
32
representative.
32
33
33
34
3.02
ADJUSTMENT
34
35
35
36
A.
Prior to occupancy, adjust door for smooth operation.
36
37
37
38
END OF SECTION
38
City of Lubbock, Municipal Water Treatment - Contract 2
(THIS PAGE LEFT BLANK INTENTIONALLY)
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
91K08
PART 1 - GENERAL
1.01 SUMMARY
A. Section Includes:
1. Finish hardware.
SECTION 08700
FINISH HARDWARE
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 National Standards Institute (ANSI):
a. A156.1, Butts and Hinges.
b. A156.3, Exit Devices.
c. A156.4, Door Controls (Closers).
d. A156.6, Architectural Door Trim.
e. A156.7, Template Hinge Dimensions.
f. A156.13, Mortise Locks and Latches.
g. A156.16, Auxili-ary Hardware.
h. A156.18, Materials and Finishes.
I. A156.21, Thresholds.
2. Builders Hardware Manufacturers Association (BHMA):
3. Steel Door Institute (SDI):
a. 107, Hardware on Steel Doors
(Reinforcement -Application).
b. 109, Hardware for Standard Steel Doors and Frames.
c. 112, Galvanized Standard Steel Doors and Frames.
B. Qualifications:
1. AHC certified supervisor or inspector for installation.
1.03 DEFINITIONS
A. AHC: Architectural Hardware Consultant.
1.04 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. Supervisor/inspector qualifications.
City of Lubbock, Municipal Water Treatment - Contract 2
08700-1
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
08700-2
O1
3. Schedule of all hardware being used on each door. Number
02
hardware sets and door references same as those indicated
03
on Drawings.
04
4. Technical data sheets on each hardware item proposed for
05
use.
06
07
B.
Operation and Maintenance Manuals:
08
1. Parts catalog.
09
2. Keying records.
10
3. All keys.
11
12
13
PART
2 - PRODUCTS
14
15
2.01
ACCEPTABLE MANUFACTURERS
16
17
A.
Subject to compliance with the Contract Documents, the
18
following Manufacturers are acceptable:
19
1. Locksets and latchsets:
20
a. Corbin.
21
b. Russwin.
22
c. Best.
23
2. Closers:
24
a. LCN.
25
b. Norton.
26
c. Sargent.
27
3. Hinges:
28
a. Stanley Works.
29
b. Hager Hinge Co.
30
c. McKinney Manufacturing Co.
31
d. Lawrence Brothers, Inc.
32
4. Door stops:
33
a. Quality.
34
b. Glynn -Johnson Corp.
35
c. Sargent.
36
d. Triangle Brass.
37
5. Door trim:
38
a. Quality.
39
b. Cipco Corp.
40
c. Hiawatha, Inc.
41
d. Triangle Brass.
42
6. Weatherstripping and thresholds:
43
a. Pemko Manufacturing Co.
44
b. Reese Enterprises, Inc.
45
c. Zero Weatherstripping, Inc.
46
7. Other materials: As noted.
47
48
B.
Submit requests for substitution in accordance with
49
Specification Section 01640.
50
51
2.02
MATERIALS
52
53
A.
Fasteners: Noncorrosive.
City of Lubbock, Municipal Water Treatment,- Contract 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
—
17
18
19
_
20
21
22
23
24
25
26
—
27
28
29
30
31
32
33
--.
34
35
36
37
38
39
40
---
41
42
43
_
44
45
46
47
—
48
49
50
51
52
53
08700-3
O1
01
02
B.
Lock and Latch Mechanism: Nonferrous metal.
02
03
03
04
C.
Closers: Aluminum or bronze.
04
05
05
06
D.
Kickplates: Stainless steel.
06
07
07
08
E.
Thresholds: Aluminum.
08
09
09
10
F.
Keys: Brass or bronze.
10
11
11
12
G.
Weatherstripping: Vinyl or neoprene.
12
13
13
14
2.03
ACCESSORIES
14
15
15
16
A.
Closer Mechanism Covers:
16
17
1. Match finish of adjacent hardware.
17
18
18
19
B.
Arms, Brackets,.and Plates: As required for complete
19
20
installation of closers.
20
21
-
21
22
C.
Strikes:
22
23
1. Provide with curved lips.
23
24
2. Extended lips when required.
24
25
3. Furnish strike boxes.
25
26
4. Appropriate for function and hardware listed.
26
27
27
28
2.04
FABRICATION
28
29
29
30
A.
Hardware - General:
30
31
1. Generally prepare for Phillips oval head machine screw
31
32
installation.
32
33
2. Exposed screws to match hardware finish or, if exposed in
33
34
surfaces of other work, to match finish of other work as
34
35
closely as possible.
35
36
3. Provide concealed fasteners unless thru bolted.
36
37
4. Through bolt closers on labeled doors and exterior doors.
37
38
5. Furnish items of hardware for proper door swing.
38
39
6. Furnish lock devices which allow door to be opened from
39
40
inside room without a key or any special knowledge.
40
41
41
42
B.
Hardware:
42
43
1. Provide dustproof strikes for all doors with automatic or
43
44
manual flush bolts or other bolts into floor.
44
45
2. Provide following BHMA/ANSI A156.18 finishes:
45
46
a. Locks: 630.
46
47
b. Door pulls, push bars, push plates: 630.
47
48
c. Kickplates: 630.
48
49
d. Exit Devices: 630.
49
50
e. Butts: 630.
50
51
f. Door stops, dead locks, mortise bolts, and
51
52
miscellaneous hardware: 630.
52
53
g. Door overhead stops: 626.
53
City of Lubbock, Municipal Water Treatment Contract 2
08700-4
h. Exposed arms and covers of closers: 689.
01
02
C. Mortise Locks and Latches:
03
1.
ANSI A156.13, Grade 1.
04
2.
Antifriction latchbolt with 1 IN throw:
05
a. 2-3/4 IN backset.
06
b. Lockwood, Morgan design.
07
c. Functions as indicated in following table
in
08
accordance with ANSI A156.13.
09
10
MORTISE LOCK NUMBERS
11
--------------------
12
13
ANSI FUNCTION CORBIN
RUSSWIN
14
----------------------- ------
-------
15
F01 Passage 9510
5025
16
F02 Privacy E9520
5069
17
F05 Classroom 9555
5045
18
F07 Storeroom 9557
5059
19
F13 Entrance or Office 9549
5061
20
F17 Deadlock 9513
5003
21
22
D. Door Closers:
23
1.
ANSI A156.4, Grade 1.
24
2.
Size door closers to comply with ANSI recommendations for
25
door size and location.
26
3.
Fabricate all closers with integral back check and cold
27
weather fluid.
28
29
E. Butts and Hinges:
30
1.
ANSI A156.1.
31
2.
Hinge numbers:
32
33
HAGER STANLEY
34
------------
35
Type 1 SL BB1199 FEB199
36
Type 2 SL' BB1191 FBB191
37
38
3.
Flat button tips on all butts.
39
4.
Size butts to door size and weight, and to clear trim and
40
allow 180 degree door swing.
41
5.
Butt types:
42
a. Exterior outswinging doors: Type 1 NRP
43
(non -removable pin.)
44
b. Exterior inswinging doors: Type 1.
45
c. Interior doors thru 36 IN wide: Type 2.
46
d. Interior doors over 36 IN wide: Type 1.
47
6.
Butt quantities:
48
a. Doors up to 60 IN in height: Two butts.
49
b. Doors 61-90 IN in height: Three butts.
50
c. Doors 91-120 IN in height: Four butts.
51
d. Doors 121-144 IN in height: Five butts.
52
e. Doors 145-168 IN in height: Six butts.
53
City of Lubbock, Municipal Water Treatment - Contract 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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
08700-5
7. Butt sizes:
01
a. 2.25 IN and thicker doors: 5 x 5 IN, minimum.
02
b. 1.75 IN doors: 4.5 x 4.5 IN.
03
c. 1.37 IN doors: 3.5 x 3.5 IN.
04
05
F.
Door Stops:
06
1. ANSI A156.16.
07
2. Floor stop and holder: Glynn Johnson GJ F20x.
08
09
G.
Kickplates:
10
1. ANSI A156.6.
11
2. 8 IN high x 2 IN less than door width.
12
3. Beveled edges.
13
4. 0.050 IN thick.
14
15
G.
Thresholds:
16
1. ANSI A156.21.
17
2. One piece unit not more than 1/2 IN high, of style
18
required to suit condition.
19
3. Provide required bolt cutouts.
20
21
I.
Weatherstripping:
22
1. At jambs and head: Self-adhesive strip similar to Reese
23
#797.
24
2. At bottom of doors: Similar to Reese #521DUR.
25
3. Meeting edges of pairs exterior doors:Similar to Reese
26
#92DURN each leaf.
27
28
J.
Keying:
29
1. Establish keying with Owner.
30
a. Provide and set up complete visible card indexed
31
system with key tags and control slips.
32
b. Tag and identify keys.
33
c. Provide three keys for each lock or cylinder.
34
d. Master key and key in groups as directed.
35
e. Provide construction master keys for all exterior
36
doors.
37
38
39
PART 3
- EXECUTION
40
41
3.01
INSTALLATION
42
43
A.
Install products in accordance with manufacturer's
44
installation instructions, supervised or inspected by an ANC.
45
46
B.
Fit hardware before final door finishing.
47
48
C.
Permanently install hardware after door finishing operations
49
are complete.
50
51
0.
Use SDI mounting heights for hardware.
52
53
City of Lubbock, Municipal Water Treatment - Contract 2
08700-6
01 E. Mount closers on room side of doors.
02
1. Provide extended arms and brackets as required.
03
2. Provide cover for each closer.
04
05
F.
At all entrance and vestibule doors and all other exterior
06
outswinging doors, provide closers with delayed action,
07
overhead stop.
08
09
G.
Install overhead stop at all inactive leafs of pairs of
10
exterior doors unless provided with closer.
11
12
H.
Install astragal on all pairs of UL labeled fire doors.
13
14
I.
Provide weatherstripping and threshold at all exterior doors.
15
16
3.02
FIELD QUALITY CONTROL
17
18
A.
Adjust and check each operating item of hardware to assure
19
proper operation or function.
20
1. Lubricate moving parts with lubricant recommended by
21
manufacturer.
22
23
B.
During week prior to start-up, make a final check and
24
adjustment of all hardware items.
25
1. Clean and lubricate as necessary to assure proper
26
function and operation.
27
2. Adjust door control devices to compensate for operation
28
of heating and ventilating equipment.
29
30
3.03
SCHEDULES
31
32
A.
Hardware Schedule: All doors:
33
HW-19: Butts
34
Closer
35
Lockset F13
36
Kickplate
37
Floor stop and holder.
38
39
END OF SECTION
City of Lubbock, Municipal Water Treatment - Contract 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
08800-1
r
01
91H01
SECTION 08800
02
03
GLASS AND GLAZING
04
05
•�
06
PART
1 - GENERAL
I '
07
08
1.01
SUMMARY
r
09
10
A.
Section Includes:
11
1. Glass and glazing.
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
,-r
20
21
A.
Referenced Standards:
22
1. American Society for Testing and Materials (ASTM):
23
a. C1036, Standard Specification for Flat Glass.
24
b. C1048, Standard Specification for Heat -Treated
'
25
Flat Glass -Kind HS, Kind FT Coated and Uncoated
26
Glass.
27
c. E113, Standard Test Method for Seal Durability of
k
28
Sealed Insulating Glass Units.
29
d. E114, Standard Specification for Sealed Insulating
•-
30
Glass Unit.
31
2. Flat Glass Marketing Association (FGMA):
32
a. FGMA-01 Glazing Manual.
33
3. National Fire Protection Association (NFPA):
w
34
a. 80, Standard for Fire Doors and Windows.
35
36
B.
Glass manufacturer or fabricator is responsible for
r-
37
determining if any of these materials should be heat
I"
38
strengthened or fully tempered and provide accordingly.
39
40
1.03
SUBMITTALS
41
42
A.
Shop Drawings:
43
1. See Section 01340.
44
2. Product technical data including:
45
a. Acknowledgement that products submitted meet
46
requirements of standards referenced.
..
47
b. Manufacturer's installation instructions.
48
3. Warranty.
a
49
50
B.
Samples:
f"
51
1. 12 x 12 IN sample of each type, color, and thickness
52
specified except clear glass (glass Type,l and 2.)
53
City of Lubbock, Municipal Water Treatment - Contract 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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--
08800-2
01 1.04 WARRANTY
02
03 'A. Written 5-year warranty signed by installer to cover
04
weathertightness of installation including air and water
05
integrity.
06
07
B.
Written 5-year warranty signed by manufacturer or
08
fabricator of insulating glass units against tint color
09
fade and integrity of air space.
10
11
12
PART
2 - PRODUCTS
13
14
2.01
ACCEPTABLE MANUFACTURERS
15
16
A.
Subject to compliance with the Contract Documents, the
17
following Manufacturers are acceptable:
18
1. Clear glass - tempered, float and heat strengthened:
19
a. PPG.
20
b. Ford Glass.
21
c. Viracon.
22
2. Tinted glass - tempered, float and heat strengthened;
23
-
a. PPG.
24
b. Ford Glass.'
25
c. Viracon.
26
3. Wire glass:
27
a. Guardian Industries.
28
b. Nippon Glass Works.
29
4. Insulating glass units - tinted and clear:
30
a. PPG.
31
b. Viracon.
32
5. Spandrel glass units:
33
a. PPG.
34
b. Viracon.
35
6. Gaskets, glazing compounds, setting blocks, spacers,
36
sealant, sealant tape, etc., as recommended by glass
37
unit manufacturer.
38
39
B.
Submit requests for substitution in accordance with
40
Specification Section 01640.
41
42
2.02
MATERIALS
43
44
A.
Clear and Tinted Float Glass:
45
1. 1/4 IN thick.
46
2. ASTM C1036.
47
3. Clear glass:
48
a. Type I, Class I, Quality q3.
49
4. Tinted glass:
50
a. Type II, Class I, Quality q3.
51
b. Color: See schedule in PART 3.
52
53
B.
Clear Tempered Float Glass:
01
02
03
04
05
06
07 .
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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 2
i.
r
01
1. 1/4 IN thick.
02
2. ASTM C1048.
d
03
3. Kind FT, Type I, Class I, Condition A.
04
05
C.
Tinted Tempered Float Glass:
r^
06
1. 1/4 IN thick.
07
2. ASTM C1048.
08
3. Kind FT, Type I, Class II, Condition A.
09
4. Color: See schedule in PART 3.
10
11
D.
Wire Glass:
12
1. 1/4 IN thick.
13
2. Colorless, transparent: Class I.
14
3. Polished wire, square pattern.
15
4. ASTM C1036.
�.,
16
5. NFPA 80.
17
'
18
E.
Insulated Glass Units:
19
1. ASTM E773, E774, Class A.
20
2. Two sheets of 1/4 IN thick glass separated by a 1/2 IN
21
dehydrated air space hermetically sealed.
22
3. Color: See schedule in PART 3.
�...
23
24
F.
Spandrel Glass:
25
1. 1/4 IN thick glass.
26
2. ASTM C1048.
27
3. .Kind HS, Condition 8,-Type 1, Quality q3.
r
.28
4. Colored ceramic coating in third,or fourth face.
29
5. Color: See schedule PART 3.
•-
30
31
G.
Glazing Compounds:
32
1. Nonsag, nonstain type.
33
2. Pigmented to match frame units not requiring painting.
34
3. Compatible with adjacent surfaces.
35
4. One or two-part polyurethane or silicone sealant for
36
use in setting glass.
37
I
38
H.
Sealant Tape: Butyl rubber sealant tape or ribbon having
39
a continuous neoprene shim.
.�
40
41
I.
Gaskets:
R
42
1. Flexible polyvinyl chloride or neoprene.
43
2. Extruded of profile and hardness required to receive
44
glass and provide a watertight installation.
t
45
46
J.
Setting Blocks and Spacers:
�...
47
1. Neoprene, compatible with sealants used.
48
2. Setting blocks: 70-90 durometer.
49
3. Spacers: 40-50 durometer.
50
51
K.
Compressible Filler Stock: Closed -cell jacketed rod stock
y
52
of synthetic rubber or plastic foam.
53
i.
City of Lubbock, Municipal Water Treatment - Contract 2
i
08800-3
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
08800-4
O1
L.
Shims, Clips, Springs, Angles, Beads, Attachment Screws
02
and Other Miscellaneous Items: As indicated on Drawings
03
or required.
04
05
06
PART 3
- EXECUTION
07
08
3.01
INSTALLATION
09
10
A.
Install in accordance with recommendations of
11
manufacturer, FGMA Glazing Manual and SIGMA Glazing
12
Recommendations for Sealed Insulating Glass Units.
13
14
B.
Install setting blocks in adhesive or sealant.
15
16
C.
Install spacers inside and out, of proper size and
17
spacing, for all glass sizes larger than 50 united inches,
18
except where gaskets are used for glazing.
19
20
D.
Provide 1/8 IN minimum bite of spacers on glass.
21
22
E.
Spacer thickness to equal sealant width.
23
24
F.
Prevent sealant exudation from glazing channels of
25
insulating glass which is more than 1/2 IN thick; colored,
26
heat absorbing, coated or laminated glass sizes larger '
27
than 75 united inches; and other glass more than 9/32 IN
28
thick or larger than 125 united inches.
29
1. Leave void at heel (or install filler) at jambs and
30
head.
31
2. Do not leave void (or install filler) at sill.
32
33
G.
Miter cut and bond gasket ends together at corners.
34
35
H.
Immediately after installation, attach crossed streamers
36
to framing held away from glass.
37
38
3.02
FIELD QUALITY CONTROL
39
40
A.
Do not install glass with edge damage.
41
42 B. Do not apply anything to surfaces of glass.
43
44 C. Remove, and replace damaged glass.
45
46 3.03 CLEANING
47
48 A. Maintain glass reasonably clean during construction, so
49 that it will not be damaged by corrosive action and will
50 not contribute to deterioration of other materials.
51
52 B. Wash and polish glass on both faces not more than 7 days
53 prior to acceptance of work in each area. Comply with
City of Lubbock, Municipal Water Treatment - Contract 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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
glass manufacturer's recommendations.
02
03
3.04
SCHEDULES
04
05
A.
Glass Type G-1: Wire glass.
r
06
i
07
B.
Glass Type G-2: Clear, tempered float glass.
08
09
C.
Glass Type G-3: Insulating glass.
10
1. Outside glass: Tinted tempered float glass - Grey.
11
2. Inside glass: Type G2.
12
►�
13
D.
Glass Type G-4: Insulating glass.
14
1. Outside glass: Tinted float glass - Grey.
15
2. Inside glass: Clear float glass.
,.,
16
17
E.
Glass Type G-5: Spandrel glass.
t
18
1. Glass color: Clear.
19
2. Inside ceramic coating color: Light Grey.
!.
20
j
21
END OF SECTION
a
City of Lubbock, Municipal Water Treatment - Contract 2
r,
08800-5
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
(THIS PAGE LEFT BLANK INTENTIONALLY)
�� gym. t� -• - - �` t L _ �._� l ._> �_� i� . , :_. - t� -, I[,- t.�.
(THIS PAGE LEFT BLANK INTENTIONALLY)
r
09905-1
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
91k07 SECTION 09905
PAINTING AND PROTECTIVE COATINGS
PART 1 - GENERAL
1.01 SUMMARY
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.
1.02 QUALITY ASSURANCE
A. Referenced Standards:
1. American National Standards Institute (ANSI):
a. A224.1, Test Procedures and Acceptance Criteria for
Prime Painted Steel Surfaces for Steel Doors and
Frames.
2. Steel Structures Painting Council (SSPC):
a. SP-1, Solvent Cleaning.
b. SP-2, Hand Tool Cleaning.
c. SP-3, Power Tool Cleaning.
d. SP-6, Commercial Blast Cleaning.
e. 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.
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
specified or in Section 11005, Equipment: General
Requirements.
C. Corrosive Environment: Immersion in, or not more than 6 IN
City of Lubbock, Municipal Water Treatment Contract 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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
09905-2
above, or subject to frequent spillage or splash of a
01
corrosive material such as: Water, wastewater, or chemical
02
solution; or chronic exposure to corrosive, caustic or acidic
03
agent, chemicals, chemical fumes, chemical mixture, or
04
solution.
05
06
D.
Exposed Exterior Surface: Surface which is exposed to
07
weather but not necessarily exposed to view as well as
08
surface exposed to view.
09
10
E.
Finished Room or Space: One that has finish called for on
11
Room Finish,Schedule or is indicated, on Drawings, to be
12
painted.
13
14
F.
Painting Coverage Rate: Coverage expressed in SF/GAL/coat
15
.are manufacturer's published theoretical coverage in square
16
foot per gallon.
17
18
G.
Paint includes fillers, primers, sealers, emulsions, oils,
19
alkyds, latex, enamels, thinners, stains, epoxies, vinyls,
20
chlorinated rubbers, coal tars, urethanes, shellacs,
21
varnishes, and any other applied coating specified within
22
this Section.
23
24
H.
Surface Hidden from View: Surfaces such as those within pipe
25
chases, and between top side of ceilings (including drop -in
26
tile ceilings) and underside of floor or roof structure
27
above.
28
29
I.
Thinned (when used in regard to VOC contents): In accordance
30
with manufacturer's recommendations.
31
32
J.
VOC: Volatile Organic Compounds.
33
34
1.04
SUBMITTALS
35
36
A.
Manufacturer's approval of applicator.
37
38
B.
Applicator experience qualifications.
39
40
C.
Approval of application equipment.
41
42
D.
Painter's weekly record.
43
44
E.
Manufacturer's recommendation for universal barrier coat.
45
46
F.
Shop Drawings:
47
1. See Section 01340.
48
2. Product technical data including:
49
a. Acknowledgement that products submitted meet
50
requirements of standards referenced.
51
b. Manufacturer's application instructions.
52
c. Manufacturer's surface preparation instructions.
53
City of Lubbock, Municipal Water Treatment - Contract 2
F."
09905-3
r
a
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
d. If products being used are manufactured by Company
other than listed in Article 2.02, provide complete.
individual cut sheet comparison of proposed products
with specified products including application
procedure, coverage rates and verification that
product is designed for intended use.
e. Manufacturer's factory -applied finish information.
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.
S. Sherwin Williams.
9. CON -LUX Coatings, Inc.
B. Submit requests for substitution in accordance with
Specification Section 01640.
City of Lubbock, Municipal Water Treatment - Contract 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
09905-4
01
2.02 MATERIALS
01
02
02
03
A. All materials used must contain not more than 3.5 LBS/GAL.VOC
03
04
as applied (in thinned state) unless noted otherwise.
04
05
05
06
B. For unspecified materials such as turpentine or linseed oil,
06
07
provide manufacturer's recommended products.
07
08
08
09
C. Paint Systems - General:
09
10
1. P-prime coat. F1, F2 . . . Fn - first finish coat,
10
11
second finish coat . . . . nth finish coat, color as
11
12
selected by Engineer.
12
13
2. If two finish coats of same material are required,
13
14
Contractor may, at his option and by written approval
14
15
from paint manufacturer, apply one coat equal to mil
15
16
thickness of two coats specified.
16
17
17
18
0. Products specified are manufactured by Tnemec.
18
19
19
20
E. Paint Systems:
20
21
21
22
1. System #1 - Epoxy-Polyamide Primer with Epoxy-Polyamide
22
23
or Acrylic Polyurethane Enamel Top Coats.
23
24
24
25
Tnemec
25
26
26
27
P1-66-1211 Epoxoline Primer (Epoxy-Polyamide) VOC-3.42
27
28
1 coat, 3 mils
28
29
299 SF/GAL/coat
29
30
F1- Series 66 Hi -Build Epoxoline (Epoxy-Polyamide)
30
31
1 coat, 3 mils
31
32
300 SF/GAL/coat
32
33
*F2- Series 66 Hi -Build Epoxoline (Epoxy-Polyamide)
33
34
1 coat, 3 mils
34
35
300 SF/GAL/coat
35'
36
*F2E Series 73 Endura-Shield III (Acrylic VOC-3.50
36
37
Polyurethane Enamel)
37
38
1 coat, 2.5 mils
38
39
372 SF/GAL/coat
39
40
*Replace F2 with HE for exterior environment.
40
41
41
42
2. System #2 - NOT USED.
42
43
43
44
3. System #3 - Epoxy-Polyamide Primer with Epoxy-Polyamide
44
45
or Acrylic Polyurethane Enamel Top Coats.
45
46
46
47
Tnemec
47
48
48
49
PI -Series 66 Hi -Build Epoxoline VOC-3.42
49
50
(Epoxy-Polyamide)
50
51
1 coat, 2 mils:
51
52
450 SF/GAL/coat
52
53
*FI-Series 66 Hi -Build Epoxoline
53
City of Lubbock, Municipal Water Treatment - Contract 2
i
09905-5
t
01 (Epoxy-Polyamide) 01
02 1 coat, 2 mils 02
03
450 SF/GAL/coat
03
04
*FIE=Series 73 Endura-Shield III (Acrylic
VOC=3.5
04
05
Polyurethane Enamel)
05
,.,
06
1 coat, 2.5 mils
06
07
372 SF/GAL/coat
07
08
*Replace F1 with FIE for exterior environment
08
09
09
10
4. System 04 - Zinc -rich Urethane Primer with
10
11
Epoxy-Polyamide or Acrylic Polyurethane Enamel
Top Coats.
11
12
12
13
Tnemec
13
g
14
14
15
P1=90-97 Tneme-Zinc (Zinc -Rich Urethane)
VOC=3.10
15
16
1 coat, 2.5 mils
16
r
17
244 SF/GAL/coat
17
j
18
*F1-Series 66 Hi -Build Epoxoline
VOC=3.42
18
19
(Epoxy-Polyamide)
19
20
1 coat, 3 mils
20
21
300 SF/GAL/coat
21
22
*FIE -Series 73 Endura-Shield III (Acrylic
VOC=3.50
22
23
Polyurethane Enamel)
23
24
1 coat, 2.5 mils
24
25
372 SF/GAL/coat
25
26
*Replace F1 with FIE for exterior environment
26
27
27
28
5. System #5 - Moisture -Cured Urethane Primer with
28
29
Epoxy-Polyamide or Acrylic Polyurethane Enamel
Top Coats.
29
,,..
30
30
31
Tnemec
31
_
32
32
33
Pl-50-330 Poly-Ura-Prime (Moisture -Cured
VOC=3.42
33
j'
34
Urethane)
34
35
1 coat, 2.5 mils
35
36
327 SF/GAL/coat
36
37
38
*F1-Series 66 Hi -Build Epoxoline
(Epoxy-Polyamide)
VOC=3.42
37
38
39
1 coat, 4 mils
39
40
225 SF/GAL coat
40
41
*F1E=Series 73 Endura-Shield III (Acrylic
VOC=3.50
41
42
Polyurethane Enamel)
42
43
1 coat, 4 mils
43
44
233 SF/GAL/coat
44
45
*Replace F1 with FIE for exterior environment.
45
46
46
47
6. System #6 - NOT USED.
47
*'
48
48
49
7. System #7 - Epoxy-Polyamide Primer with Epoxy-Polyamide
49
50
or Acrylic Polyurethane Enamel Top Coats.
50
51
51
52
Tnemec
52
53
53
l
City of Lubbock, Municipal Water Treatment - Contract
2
09905-6
PI -Series 65 Proxiprime (Epoxy-Polyamide)
VOC-3.46
01
1 coat, 2.5 mils
02
370 SF/GAL/coat
03
*F1=Series 66 Hi -Build Epoxoline
VOC=3.42
04
(Epoxy-Polyamide)
05
1 coat, 5 mils
06
180 SF/GAL/coat
07
*FIE -Series 73 Endura-Shield III (Acrylic
VOC-3.50
08
Polyurethane Enamel)
09
1 coat, 4 mils
10
233 SF/GAL/coat
11
*Replace F1 with FIE for exterior environment.
12
13
8.
System #8 - NOT USED.
14
15
9.
System #9 - Moisture -Cured Urethane Primer.
16
17
Tnemec
18
19
P1=50-330 Poly-Ura-Prime (Moisture -Cured
VOC=3.42
20
Urethane)
21
1 coat, 3 mils
22
273 SF/GAL/coat
23
24
10.
System #10 - NOT USED.
25
26
11.
System #11 - Zinc -Rich Urethane Primer.
27
28
Tnemec
29
30
P1-90-97 Tneme-zinc (Zinc -Rich Urethane)
VOC-3.10
31
1 coat, 3.5 mils
32
174 SF/CAL/coat
33
34
12.
System #12 - Emulsified Acrylic Primer and Top
Coat.
35
36
Tnemec
37
38
Pl-Series 6 Tneme-Cryl (Emulsified Acrylic)
VOC-1.89
39
1 coat, 2.5 mils
40
276 SF/GAL/coat
41
F1=Series 6 Tneme-Cryl (Emulsified Acrylic)
42
1 coat, 2.5 mils
43
276 SF/GAL/coat
44
45
13.
System #13 - Modified-Acrylate Elastomer Primer
and Top
46
Coat.
47
48
PI -Series 156 Enviro-Crete (Modified-Acrylate
VOC-0.98
49
Elastomer)
50
1 coat, 6 mils
51
150 SF/GAL/coat
52
F1-Series 156 Enviro-Crete (Modified-Acrylate
Elastomer)
53
City of Lubbock, Municipal Water Treatment Contract 2
F
09905-7
01
1 coat, 6 mils
01
02
150 SF/GAL/coat
02
03
03
04
14.
System #14 - Vinyl -Acrylic Latex Sealer with
04
05
Epoxy-Polyamide Top Coats.
05
06
06
07
Tnemec
07
08
08
09
P1-51-792 PVA Sealer (Vinyl -Acrylic Latex)
VOC-0.00
09
10
1 coat, 1.5 mils
10
11
299 SF/GAL/coat
11
12
F1-Series 66 Hi -Build Epoxoline
VOC=3.42
12
13
(Epoxy-Polyamide)
13
14
1 coat, 3 mils
14
15
300 SF/GAL/coat
15
16
F2=Series 66 Hi -Build Epoxoline
16
17
(Epoxy-Polyamide)
17
18
1 coat, 3 mils
18
19
300 SF/GAL/coat
19
20
20
21
15.
System #15 - NOT USED.
21
22
22
23
16.
System #16 - Epoxy-Polyamide Filler with Epoxy-Polyamide
23
24
Top Coats.
24
25
25
26
Tnemec
26
27
27
28
P1-54-660 Epoxy-Polyamide Masonry Filler (Epoxy-
VOC-2.68
28
29
Polyamide)
29
30
1 coat
30
31
80 to 100 SF/GAL/coat
31
32
F1=Series 66 Hi -Build Epoxoline
VOC-3.42
32
33
(Epoxy-Polyamide)
33
34
1 coat, 4 mils
34
35
225 SF/GAL/coat
35
36
F2=Series 66 Hi -Build Epoxoline
36
37
(Epoxy-Polyamide)
37
38
1 coat, 4 mils
38
39
225 SF/GAL/coat
39
40
40
41
17.
System #17 - NOT USED.
41
42
42
43
18.
System #18 - NOT USED.
43
44
44
45
19.
System #19 - NOT USED.
45
46
46
47
20.
System #20 - NOT USED.
47
48
48
49
21.
System #21 - Moisture -Cured Urethane Primer.
49
50
50
51
Tnemec
51
52
52
53
PI-50-330 Poly-Ura-Prime (Moisture -Cured
VOC-3.42
53
City of Lubbock,.Municipal Water Treatment - Contract 2
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'
09905-8
Urethane)
1 coat, 2 mils
409 SF/GAL/coat
PART 3 - EXECUTION
3.01 ITEMS TO BE PAINTED
A. Exposed Exterior Surfaces including:
1. Soffits.
2. Plain, insulated, or wrapped piping, valves, fittings,
hydrants, and appurtenances; except when covered by
lagging.
3. Conduit and appurtenances.
4. Exterior and interior surfaces of ferrous metal tankage.
5. Ferrous metals.
6. Copper and brass surfaces.
7. Galvanized metal surfaces.
B. Interior Finished Areas:
1. Refer to Room Finish Schedule on Drawings. If schedule
requires wall surfaces to be painted in a particular
space, the space is considered to be a finished area,
therefore, paint all appurtenant surfaces within the
space unless specifically noted not to be painted in the
Contract Documents. Appurtenant surfaces include piping,
ductwork and conduit which is supported overhead by
trapeze type hangers or single pipe hangers. Hanger
assembly also is considered an appurtenant surface. ,
Appurtenant surfaces may include:
a. Concrete equipment pads, pipe supports, and equipment
supports.
b. Plain, insulated, or wrapped piping; valves;
fittings; and appurtenances except when covered by
lagging.
c. Conduit and appurtenances.
d. Ferrous metals.
e. Copper and brass surfaces.
f. Galvanized metal surfaces.
g. Inside and/or outside of ferrous metal tankage.
C. Interior Areas Not Considered Finished:
1. Paint following surfaces in areas not considered as
finished area:
a. Plain, insulated or wrapped, piping, valves,
fittings, and appurtenances except when covered by
lagging.
b. Plain, insulated or wrapped, ductwork and
appurtenances except when covered by lagging.
c. Structural steel.
d. Miscellaneous ferrous metal.
City of Lubbock, Municipal Water Treatment - Contract 2
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-
09905-9
01
D.
New
and/or Existing Equipment:
01
02
1.
Paint new and/or existing equipment, except:
02
^'
03
a. Where noted in Article 3.02.
03
04
b. Where specified elsewhere in the Contract Documents.
04
05
05
06
3.02
ITEMS NOT TO BE PAINTED
06
07
07
08
A.
General: Do not paint items listed in Article 3.02 unless
08
09
specifically noted in the Contract Documents to be painted.
09
10
10
11
B.
Items with Approved Factory Finish:
11
12
1.
Do not field paint items with Approved Factory Finishes,
12
.-
13
as defined; including the following:
13
l'
14
a. Storage equipment.
14
15
b. HVAC equipment.
15
16
16
r'
17
C.
Electrical Equipment:
17
F
18
1.
Do not field paint certain items of electrical equipment
18
19
as listed in Section 11005; except where painting is
19
20
specifically stated elsewhere in these Contract
20
21
Documents, or where the equipment is subject to a
21
22
corrosive environment. The list of equipment includes
22
23
specific types of equipment with Approved Factory
23
r
24
Finishes.
24
25
25
26
D.
Surfaces Hidden from View including:
26
27
1.
Conduit.
27
28
2.
Ducts.
28
29
3.
Insulation.
29
30
4.
Structural steel and steel joist.
30
31
5.
Miscellaneous steel.
31
32
6.
Note: (Manufacturer's standard coatings, if any, may
32
33
remain).
33
34
34
35
E.
Other Items:
35
36
1.
Stainless steel surfaces except:
36
37
a. Piping.
37
38
b. Banding as required to identify piping.
38
39
2.
Aluminum surfaces except:
39
40
a. Where specifically shown in the Contract Documents.
40
r'
41
b. Where imbedded in concrete.
41
42
c. Where in contact with dissimilar metals.
42
43
3.
Fiberglass surfaces except:
43
�•-
44
a. Fiberglass piping.
44
45
b. Piping appurtenances.
45
46
4.
Interior of pipe, ductwork, and conduits.
46
47
5.
Moving parts of mechanical and electrical units where
47
48
painting would interfere with the operation of the unit.
48
4,
49
6.
Code labels and equipment identification and rating
49
50
plates.
50
r-
51
7.
Exterior concrete or precast concrete surfaces.
51
52
8.
Face brick: Ceramic tile; quarry tile; plastic laminate.
52
53
9.
Surfaces to be lagged including:
53
! City of Lubbock, Municipal- Water Treatment - Contract 2
1
09905-10
01
a. Piping.
01
02
b. Ductwork.
02 _
03
10. Steel deck except where specifically specified to be
03
04
painted.
04
05
11. Contact surfaces of friction -type connections.
05
06
12. Lagging on pipe and ducts.
06 —'
07
07 -
08
3.03
SCHEDULE OF ITEMS TO BE PAINTED VERSUS PAINTING SYSTEMS
08
09
09 —
10
PAINTING
10
11
SYSTEM
11
12
NUMBER
12
13
====a===
13
14
A.
Concrete:
14
15
1. Exterior cast -in -place and exterior precast
13
15
16
surfaces (other than prefinished panels) and
16 —
17
exterior cement plastered surfaces, in areas
17
18
indicated on the Drawings to be painted.
18
19
19
20
B.
Concrete Masonry Units:
20
21
1. Interior smooth faced.
16
21
22
2. Exterior smooth faced.
13
22
23
23
24
C.
Structural Steel:
24
25
1. All except 2. below.
7
25
26
2. Surfaces subject to corrosive environment.
2
26 _
27
27
28
D.
Steel Joist.
9
28
29
29
30
E.
Ferrous Metals:
1
30 —
31
1. Except structural steel, steel joist, galvanized
31
32
steel, steel doors, steel door and window frames,
32
33
and products with approved factory finishes, and
33 _
34
ferrous metals subject to corrosive environment.
34
35
2. Includes steel piping similar items. Does not
35
36
include ferrous metals subject to corrosive
36
37
environment.
37 -
38
38
39
F.
Galvanized Metals:
39
40
1. Field cut edge where top coat is required.
4
40
41
2. Assembled galvanized steel items.
3
41
42
3. Field touch-up of galvanized surfaces not
11
42
43
requiring a finish top coat.
43
44
44
45.
G.
Steel doors and frames and window frames primed in
5
45
46
the factory in conformance with ANSI A224.1.
46
47
47 —
48
H.
Steel equipment with factory -applied prime or finish
5
48
49
including:
49
50
1. Equipment specifically indicated in the Contract
50
51
Documents to be painted. Factory -applied coats to
51
52
remain.
52
53
53
City of Lubbock, Municipal Water Treatment - Contract
2
C
09905-11
r
01
I.
Non-ferrous metals (except galvanized): Including 3
01
02
copper, brass, aluminum and aluminum flashing
02
03
specifically indicated to be painted.
03
04
-04
05
J.
Plastic Surfaces:
05
06
1. PVC, FRP, and CPVC surfaces. 3
06
r
07
07
08
K.
Electrical Conduit:
08
09
1. Galvanized. 3
09
10
2. PVC coated. 3
10
..
11
11
12
L.
Pipe, Valves, and Fittings:
12
r
13
1. Steel and cast-iron. 1
13
14
2. Stainless. 1
14
15
3. Brass and bronze. 3
15
16
4. PVC, FRP, and CPVC. 3
16
17
17
i
18
M.
Pipe insulation. 12
18
19
19
-
20
N.
Aluminum colored pipe thread touch-up, and aluminum 21
20
1
21
colored finish where top coat is not required. Not
21
22
for coating aluminum material.
22
23
23
r
24
0.
Gypsum board and gypsum plaster surfaces. 14
24
25
25
26
3.04
PREPARATION
26
27
27
28
A.
General:
28
`
29
1. Prepare surfaces to be painted in accordance with coating
29
30
manufacturer's instructions and this Section.
30
,.�
31
2. Remove all dust, grease, oil, compounds, dirt and other
31
32
foreign matter which would prevent bonding of coating to
32
33
surface.
33
34
34
35
B.
Protection:
35
36
1. Protect surrounding surfaces not to be coated.
36
r,
37
2. Remove and protect hardware, accessories, plates,
37
38
fixtures, finished work, and similar items; or provide
38
39
ample in -place protection.
39
40
40
41
C.
Prepare and Paint Before Assembly: Where equipment is
41
42
subject to corrosive environment, prepare and paint, before
42
43
assembly, all surfaces which may be subject to corrosive
43
�..
44
environment which are inaccessible after assembly.
44
45
45
46
D.
Ferrous Metal:
46
47
1. Complete fabrication, welding or burning before beginning
47
r�
48
surface preparation.
48
49
a. Chip or grind off flux, spatter, slag or other
49
50
laminations left from welding.
50
�-
51
b. Remove mill scale.
51
52
c. Grind smooth rough welds and other sharp projections.
52
'
53
2. Surfaces subject to corrosive environment:
53
City of Lubbock, Municipal Water Treatment - Contract 2
r-
09905-12
a. Near -white blast clean in accordance with SSPC SP-10.
01
3.
Interior and exterior surfaces not subject to corrosive
02
environment (including structural steel surfaces):
03
a. Commercial blast clean in accordance with SSPC SP-6.
04
b. Engineer reserves right to accept preparation of
05
these surfaces in accordance with SSPC SP-3 for areas
06
not practical or possible to abrasive blast to SSPC
07
SP-6 requirements.
08
4.
Surfaces of steel joists:
09
a. Power tool or hand clean in accordance with SSPC SP-2
10
or SP3.
11
5.
Bituminous coated ductile iron pipe: Commercial blast
12
clean in accordance with SSPC SP-6.
13
14
E.
Hollow
Metal:
15
1:
Solvent clean in accordance with SSPC SP-1.
16
17
F.
Galvanized
Metal:
18
1.
Solvent clean in accordance with SSPC SP-1.
19
20
G.
Gypsum
Wallboard:
21
1.
Repair minor irregularities left by finishers.
22
2.
Avoid raising nap of paper.
23
3.
Verify moisture content is less than 8 percent prior to
24
painting. _
25
26
H.
Concrete
and Concrete Block Masonry:
27
1.
Cure for minimum of 28 days.
28
2.
Verify that moisture content is below 8 percent.
29
30
I.
Preparation
by Abrasive Blasting:
31
1.
Schedule the abrasive blasting operation so blasted
32
surfaces will not be wet after blasting and before
33
painting.
34
2.
Reblast surfaces allowed to set overnight prior to
35
priming or surfaces that show rust bloom.
36
3.
Profile depth of blasted surface: Not less than 1 mil or
37
greater than 2 mils unless noted otherwise by coating
38
manufacturer.
39
4.
Provide compressed air for blasting that is free of water
40
and oil. Provide accessible separators and traps.
41
5.
Confine blast abrasives to area being blasted.
42
a. Provide shields of polyethylene sheeting or other
43
such barriers to confine blast material.
44
b. Plug pipes, holes, or openings before blasting and
45
keep plugged until blast operation is complete and
46
residue is removed.
47
6.
Protect nameplates, valve stems, rotating equipment,
48
motors and other items that may be damaged from blasting.
49
7.
Reblast surfaces not meeting requirements of these
50
Specifications.
51
8.
Do not reuse abrasive blasting material.
52
9.
Properly dispose of blasting material which has been
53
City of Lubbock, Municipal Water Treatment - Contract 2
r
09905-13
t^
'
01
contaminated with debris from blasting operation.
02
r"
03
J. Take samples of existing paint film, which is to be removed
04
by abrasive blasting, and have samples tested by a testing
05
laboratory to determine if existing paint film contains lead,
06
07
asbestos or any other health hazard. If existing paint film
is found to contain lead, asbestos, or any other health
08
hazard, notify the Engineer immediately. Contractor shall
09
prepare plan of action for safe removal of contaminated
10
paint.
11
12
3.05 APPLICATION
r*
13
L
14
A. General:
15
1. Mix and apply coatings by brush, roller, or spray in
16
accordance with manufacturer's installation instructions.
+r
17
a. Application equipment must be' inspected and approved
18
in writing by coating manufacturer.
19
2. Temperature and Weather Conditions:
20
a. Do not paint surfaces when surface temperature is
6
21
below 50 DegF.
`
22
b. Avoid painting surfaces exposed to hot sun.
23
c. Do not paint on damp surfaces.
w
24
3. Apply structural steel and steel joist prime coat in the
25
factory and finish coats in the field.
26
4. Provide complete coverage to mil thickness specified.
r-
27
a. Thickness specified is dry mill thickness.
28
b. All paint systems are "to cover." In situations of
29
discrepancy between manufacturer's square footage
30
coverage rates and mil thickness, mil thickness
31
requirements govern.
32
c. When color or undercoats show through, apply
33
additional coats until paint film is of uniform
34
finish and color.
s
35
5. If so directed by Engineer, do not apply consecutive
36
coats until Engineer has had an opportunity to observe
r.
37
and approve previous coats.
38
6. Apply materials under adequate illumination.
39
7. Evenly spread and flow on to provide full, smooth
40
coverage.
r"
41
8. Work each application of material into corners, crevices,
1
42
joints, and other difficult to work areas.
43
9. Avoid degradation and contamination of blasted surfaces
r.
44
and avoid intercoat contamination.
45
a. Clean contaminated surfaces before applying next
46
coat.
47
10. Smooth out runs or sags immediately, or remove and
48
recoat entire surface.
49
11. Allow preceding coats to dry before recoating.
50
a. Recoat within time limits specified by coating
.-
51
manufacturer.
52
12. Allow coated surfaces to cure prior to allowing traffic
53
or other work to proceed.
City of Lubbock, Municipal Water Treatment - Contract 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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
09905-14
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
*41
42
43
44
45
46
47
48
49
50
51
52
53
13. Coat all aluminum in contact with dissimilar materials.
B. Prime Coat Application:
1. Prime all surfaces indicated to be painted. Touch up
damaged primer coats prior to finish coats., Restore
primed surface equal to surface before damage.
2. Ensure field -applied coatings are compatible with
factory -applied coatings.
a. Employ services of coating manufacturer's qualified
technical representative to determine if
factory -applied coatings are compatible with proposed
field -applied coatings. If factory -applied -coating
is found to be not compatible with proposed
field -applied coatings, require the coating
manufacturer's technical representative to recommend,
in writing, product to be used as barrier coat,
thickness to be.applied, surface preparation, and
method of application.
b. At Contractor's option, factory -applied coatings may
be removed, surface reprepared, and new coating
applied using appropriate paint system listed in
paragraph,2.02 E.
3. Apply primer to abrasive blasted surface the same day the
surface is blasted and before rust bloom occurs.
4. Prime ferrous metals embedded in concrete to minimum of 1
IN below exposed surfaces.
5. Apply zinc -rich primers while under continuous agitation.
6. Ensure abrasive blasting operation does not result in
embedment of abrasive particles in paint film.
7. Brush or spray bolts, welds, edges and difficult access
areas with primer prior to primer application over entire
surface.
8. Backroll concrete, masonry, gypsum board and plaster
surfaces with a roller if primer has been spray applied.
9. Fill all pores of concrete block completely using block
filler specified.
C. Finish Coat Application:
1. Apply finish coats in accordance with coating
manufacturer's written instructions and as written in
this Section.
2. Touch up damaged finish coats using same application
method and same material specified for finish coat.
Prepare damaged area in accordance with Article 3.04.
3.06 COLOR COOING
A. Color and band piping inaccordancewith Article 3.09 of this
Section. -
1. Band piping using maximum of three different.colors at 20
FT maximum centers.
2. Place bands:
a. Along continuous lines.
City of Lubbock, Municipal Water -Treatment— Contract 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
w
F
09905-15
rr'
i
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
b. At changes in direction.
c. At changes of elevation.
d. On both sides of an obstruction (i.e., wall, ceiling)
that painted item passes through.
3. Band width for individual colors (pipe diameter measured
to outside of insulation):
a. Piping up to 8 IN DIA: 2 IN minimum.
b. Piping greater than 8 IN up to 24 IN DIA: 4 IN
minimum.
c. Piping greater than 24 IN up to 48 IN DIA: 6 IN
minimum.
d. Piping greater than 48 IN DIA: 8 IN minimum.
3.07 FIELD QUALITY CONTROL
A. Maintain daily record showing:
1. Start date and time of work in each area.
2. Date and time of application for each following coat.
3. Moisture content of substrate.
4. Provisions utilized to maintain temperature and humidity
of work area within manufacturer's recommended ranges.
B. Where a wall or ceiling is disturbed and patched, repaint
entire wall or ceiling.
C. Measure wet paint with wet film thickness gages.
D. Measure paint dry film thickness with Mikrotest gage
calibrated against National Bureau of Standards "Certified
Coating Thickness Calibration Standards."
1. Engineer may measure paint thickness at any time during
project to assure conformance with specifications.
E. Measure surface temperature of items to be painted with
surface temperature gage specifically designed for such.
F. Measure substrate humidity with humidity gage specifically
designed for such.
G. Provide wet paint signs.
3.08 CLEANING
A. Clean paint spattered surfaces. Use care not to damage
finished surfaces.
B. Upon completion of painting, replace hardware, accessories,
plates, fixtures, and similar items.
C. Remove surplus materials, scaffolding, and debris. Leave
areas broom clean.
3.09 SCHEDULE
City of Lubbock, Municipal Water Treatment - Contract 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
09905-16
01
01
02
A. Piping and Pipe Banding Color Schedule (Colors
based on
02 _
03
Tnemec):
03
04
04
05
SERVICE
PIPE COLOR
BANDING COLOR
05
06
06
07
Wastewater Piping:
07
08
Plumbing drains
Gray-BG42
Blue-BB12
08
09
Sump
Gray-BG42
White-AA90
09 _
10
10
11
Water Piping:
11
12
Fire
Safety Red-CC13
---
12
13
Cold
Light Blue-BB12
13
14
14
15
15
16
Gas and Fuel Piping:
16
17
Chlorine, gas
Yellow-AM72
---
17
18
Chlorine, liquid
Yellow-AM72
---
18
19
Chlorine, solution
Yellow-AM72
Red-CE10
19
20
Ammonia, gas
Yellow-AM72
Brown-AE12
20
21
Ammonia, liquid
Yellow-AM72
Brown-AE12
21
22
22
23
Chemical Piping:
23 —
24
Alum Solution
Yellow-AM72
Green-AV12
24
25
25
26
Odor and Taste Control:
26
27
Potassium Permanganate
White-AA90
Red/Brown-
27 �.
28
CE10/AE.12
28
29
Carbon Slurry
White-AA90
Brown-AE12
29
30
30
31
Polymers:
31
32
Coagulant Aid
White-AA90
Green/Brown-
32
33
AV12/AE12
33 _
34
34
35
END OF
SECTION
35
City of Lubbock, Municipal -Water Treatment- Contract.2
SPECIALTIES
10
(THIS PAGE LEFT BLANK INTENTIONALLY)
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
91F13
PART 1 - GENERAL
1.01 SUMMARY
SECTION 10200
LOUVERS AND VENTS
A. Section Includes:
1. Louvers and vents.
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 07600 - Flashing and Sheet Metal.
4. Section 07900 - Joint Sealants.
1.02 QUALITY ASSURANCE
A. Referenced Standards:
1. American Architectural Manufacturers Association (AAMA):
a. 605.2, Voluntary Specification for High Performance
Organic Coatings on Architectural Extrusions and
Panels.
2. American Society for Testing and Materials (ASTM):
a. B221, Standard Specification for Aluminum and
Aluminum - Alloy Extruded Bars, Rods, Wires, Shapes,
and Tubes.
1.03 SUBMITTALS
A. Shop Drawings:
1. See Section 01340.
2. Drawing showing location of each louver or vent,
indicating size and arrangement of blank -off plates if
required.
3. Product technical data including:
a. Acknowledgement that products submitted meet
requirements of standards referenced.
b. Manufacturer's installation instructions.
c. Color chart showing manufacturer's full line of
colors including exotic and special colors for color
selection by Engineer.
PART 2 - PRODUCTS
2.01 ACCEPTABLE MANUFACTURERS
A. Subject to compliance with the Contract Documents, the
following Manufacturers are acceptable:
City of Lubbock; Municipal Water Treatment - Contract 2
10200-1
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
10200-2
01
1. Louvers:
01
02
a. Airolite Co.
02 —'
03
b. Construction Specialties, Inc.
03
04
c. Ruskin Manufacturing.
04
05
d. Barber Coleman.
05
06
e. Industrial Louvers, Inc.
06
07
f. Ellison.
07
08
g. American Warming.
08
09
h. Northland.
09
10
10
11
B.
Submit requests for substitution in accordance with
11
12
Specification Section 01640.
12 —
13
13
14
2.02
MANUFACTURED UNITS
14
15
15
16
A.
Louvers:
16
17
1. 4 IN thick.
17
18
2. Stormproof.
18
19
3. Continuous blade appearance.
19
20
4. ASTM B221 extruded aluminum, alloy 6063T5, minimum 0.081
20
21
IN thick.
21
22
5. Minimum free area: 16.1 SF for 4 x 8 FT louver.
22
23
6. Maximum pressure drop: 0.10 IN of water at 900 fpm at
23
24
zero water penetration.
24
25
25
26
B.
Bird Screen:
26
27
1. 1/2 IN square mesh.
27
28
2. 16 GA aluminum.
28
29
3. Install in standard, folded frame."
29 —
30
30
31
C.
Anchors, Fasteners, Reinforcing: Aluminum or stainless
31
32
steel.
32
33
33 —
34
D.
Finish:
34
35
1. AAMA 605.2
35
36
2. Anodized finish, color to match windows and entrances.
36 —
37
37
38
38
39
PART
3 - EXECUTION
39 r
40
40
41
3.01
INSTALLATION
41
42
42
43
A.
Install products in accordance with manufacturer's
43
44
instructions.
44
45
45
46
B.
Install anchoring and bracing accessories as required.
46 .-
47
47
48
C.
Seal around perimeter on exterior and interior. See Section
48
49
07900.
49
50
50
51
D.
Install flashing at sill to match louver. See Section 07600.
51
52
52
53
END OF SECTION
53 --
City of Lubbock, Municipal Water Treatment`'- Contract 2
F
10400-1
r
f.
01
91K08
SECTION 10400
01
02
02
03
IDENTIFICATION, STENCILING, AND TAGGING SYSTEMS
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. Identification, stenciling, and tagging of piping,
11
12
electrical equipment, and valves, pumps, ductwork,
12
13
process equipment and similar items and including hazard
13
14
and safety signs.
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 09905 - Painting and Protective Coatings.
20
21
21
22
1.02
QUALITY ASSURANCE
22
23
23
24
A.
Referenced Standards:
24
25
1. American National Standards Institute (ANSI):
25
26
a. A13.1, Scheme for Identification of Piping Systems.
26
27
2. Texas Department of Health.
27
28
28
29
1.03
SUBMITTALS
29
30
30
31
A.
Shop Drawings:
31
32
1. See Section 01340.
32
33
2. Product technical data including:
33
34
a. Acknowledgement that products submitted meet
34
35
requirements of standards referenced.
35
36
b. Identification register listing all items to be
36
37
identified, type of identification system to be used,
37
38
lettering, location and color.
38
39
c. Catalog information for all tagging systems.
39
40
d. Updated, complete, identification register with
40
41
nonconflicting numerical assignments submitted prior
41
42
to project acceptance.
42
43
43
44
44
45
PART
2 - PRODUCTS
45
46
46
47
2.01
MANUFACTURED UNITS
47
48
48
49
A.
Metal Tags (Type A):
49
50
1. Approved manufacturers:
50
51
a. W H Brady Co., Catalog S-10, #23210 (1-1/2 IN Brass),
51
52
#23211 (2 IN brass) , #B-906 (2 IN aluminum).
52
53
b. National Band and Tag Co., Catalog 862, Style 81 or
53
City of Lubbock, Municipal Water Treatment - Contract 2
r-
10400-2
Style 93.
c. Carlton Industries, Inc., #8813 or #8814 (aluminum),
#BT-220 or'#BT-230 (brass).
2. Material: Brass or aluminum, optional, except where
specified.
3. Size:
a. 1-1/2 IN DIA for one line of text, 2 IN DIA for two
lines.
b. Brass: 0.04 IN..
c. Aluminum: 0.04 IN.
4. Legend: Stamped and filled.
B. Fiberglass Reinforced Plastic Tags (Type B):
1. Approved manufacturers and catalog numbers:
a. W H Brady Co., Catalog S-10, #B-120.
b. Or approved equal.
2. Material: Fiberglass reinforced plastic.
3. Size: Approximately 2 x 2 IN.
4. Legend: Preprinted and permanently embedded.
C. Laminated Plastic Tags (Type C):
1. Approved manufacturers and catalog numbers:
a. W H Brady Co., Catalog S-10, #B-911.
b. Or approved equal.
2. Material: Polyester laminate.
3. Size:- Approximately 2 x 2 IN.
4. Legend: Preprinted and permanently embedded.
D. Fiberglass Reinforced Plastic Signs (Type D):
1. Approved manufacturers and catalog numbers:
a. W. H Brady Co., Catalog S-10, #B-120.
b. Or approved equal.
2. Material: Fiberglass reinforced plastic.
3. Size:
a. Surface: As scheduled.
b. Thickness: 0.10 IN.
4. Fabrication:
a. Rounded corners.
b. Drilled holes.in corners with grommets.
5. Legend: Preprinted and permanently embedded.
E. Phenolic Name Plates (Type E):
1. Approved manufacturers and catalog numbers:
a. W H Brady Co., Catalog S-10, #B-1.
b. Or approved equal.
2. Materials: Phenolic.
3. Size:
a. Surface: As required for text.
b. Thickness: 1/16 IN.
4. Fabrication:
a. Three layers laminated.
b. Legend engraved through top lamination into center
lamination.
City of Lubbock, Municipal Water Treatment - Contract 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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
..r
E
u
01
c. Drilled holes with grommets for mounting.
02
03
F.
Pressure Sensitive Vinyl Cloth Markers (Type F):
04
1. Approved manufacturers and catalog numbers:
05
a. W H Brady Co., Catalog S-10, #8-946.
06
b. Or approved equal.
07
2. Material: Self -sticking vinyl.
08
3. Size:
r
09
a. Surface:. As required by text.
t
10
11
G.
Underground Alarming Tape (Type G):
12
1. Approved manufacturers and catalog numbers:
r
13
a. W H Brady Co., Catalog S-10, #91296.
14
b. Or approved equal.
15
2. Material: Polyethylene.
16
3. Thickness: 3.5 mils.
17
4. Tensile strength: 1750,psi.
18
5. Size: 6 IN wide (minimum).
r,
19
6. Legend: Preprinted and permanently imbedded.
20
a. Message continuous printed.
21
22
H.
Stenciling System (Type H):
r"
23
1. Material:
24
a. Exterior type stenciling enamel.
25
b. Black or white for best contrast.
26
c. Either brushing grade or pressurized spray can form
27
and grade.
28
29
I.
Substitutions:
30
I. Submit requests for substitutions in accordance with
31
Specification Section 01640.
32
33
J.
Acceptable Manufacturers and Catalog Numbers:
34
1. Products listed above by manufacturer and catalog number
35
are approved, subject to compliance with Contract
36
Documents.
37
�-
38
2.02
ACCESSORIES
39
40
A.
Fasteners:
41
1. Bead chain: #6 brass or stainless steel (BC).
42
2. Plastic strap: Nylon, urethane or polypropylene (PS).
43
3. Screws: Self -tapping, stainless (screws).
44
4. Grommets: Stainless steel.
E
I
45
5. Adhesive, solvent activated.
46
47
2.03
EXTRA MATERIALS
48
49
A.
Furnish minimum of 5 percent extra stock of each
50
identification material required, including tags (not less
51
than 3).
t
52
53
B.
Where stenciled markers are provided, clean and retain
City of Lubbock, Municipal Water Treatment - Contract,2
r
a
10400-3
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
10400-4
01
02
03
04
stencils after completion and include in extra stock, along
with required stock of paints and applicators.
05 PART 3 - EXECUTION
06
07 3.01
08
09 A.
10
11
12 B.
13
14
15
16
17
18
19
20 C.
21
22
23
24 D.
25
26
27 E.
28
29
30 F.
31
32
33
34
35 G.
36
37
38
39
40 H.
41
42
43
44
45
46 3.02
47
48 A.
49
50
51
52
53
INSTALLATION
Install tagging, stenciling, and identification items at
required locations.
Provide arrows and markers on piping and ducts:
1. At 20 FT maximum centers along continuous lines.
2. At changes in direction (route) or obstructions.
3. At valves, risers, "T" joints, machinery or equipment.
4. Where pipes and ducts pass through floor, wall, ceiling,
cladding assemblies and like obstruction.
a. Provide markers on both sides of obstruction.
Position markers on both sides of pipe or duct with arrow
markers pointing in flow direction. If flow is in both
directions use double headed arrow markers.
Apply tapes and stenciling in uniform manner parallel to
piping and ducts.
Attach tags to equipment with sufficient surface or body area
with solvent activated adhesive applied to back of each tag.
Attach tags with 1/8 IN round or flat head screws to
equipment without sufficient surface or body area, or porous
surfaces. Where attachment with screws should not or cannot
penetrate substrate, attach with plastic strap.
Single items of equipment enclosed in a housing or
compartment to be tagged on outside of housing. Several
items of equipment mounted in housing to be individually
tagged inside the compartment.
For electrical trenches with duct banks or directly buried`'
cable, install underground hazard tape 6 IN below finished
grade where conduit or duct bank is 12 IN or more below
finished grade, and 3 IN below finished grade where conduit
or duct bank is less than 12 IN below finished grade.
SCHEDULE
Identify, tag, or stencil the items shown in the following
schedule:
ITEM ID TYPE FASTENER
seas aaasnas saasacsa
1. Yard valves, buried, with A
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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 2
_ I
10400-5
01
valve box and concrete pad.
Brass only Embedded
01
02
a. Fastener: Use tag with
02
03
anchor. Embed in
03
04
concrete pad.
04
05
b. Legend: Valve desig-
05
r,
06
nation as indicated on
06
07
Contract Drawings.
07
08
2.
Valves and slide gates:
08
r-
09
a. Exterior:
A or B BC or PS
09
10
b. Interior:
A or B BC or PS
10
11
c. Legend: Item designation
11
�.,
12
as indicated on Contract
12
13
Drawings.
13
14
3.
Pumps, pump motors, blowers,
A,B or H Screws or
14
15
air compressors, and other
Adhesive
15
16
rotating equipment:
16
17
a. Legend: Item designation
17
18
as indicated on Contract
18
r
19
Drawings, e.g., Primary
19
20
Sludge Pump P-212.
20
21
4.
Instrumentation, e.g., flow
A or. B BC or PS
21
22
control valves, primary elements,
22
23
etc.:
23
24
a. Legend: Item designation
24
25
as indicated on Contract
25
r27
26
Documents.
26
5.
Process equipment tanks and
D or H Screws
27
28
basins, e.g., clarifiers,
28
29
filters, etc:
29
30
a. Legend: Item designation
30
31
indicated on Contract
31
32
Documents.
32
33
b. Size: 7 x 10.
33
34
c. Letters: 1 IN high black
34
35
letters on white background.
35
36
6.
Piping:
F or H N/A
36
37
a. Legend: Item designation
37
38
as indicated on Contract
38
39
Documents.
39
!-
40
b. In accordance with ANSI
40
41
13.1.
41
42
c. As specified herein and in
42
43
Section 09905.
43
44
7.
Miscellaneous tanks, e.g.,
F or H N/A
44
45
chemical tanks,hydropneumatic
45
46
tanks, air receivers, etc.
46
47
a. Legend: Item designation as
47
P
48
indicated on Contract Drawings.
48
49
b. Size: As required by legend.
49
�.
50
c. Letters: 1 IN high black
50
51
letters on white background.
51
52
8.
HVAC equipment:
52
53
a If possible:
'
D or H Screws
53
r
k
City of Lubbock, Municipal Water Treatment
- Contract 2
10400-6
01
- Alternate, with
01
02
approval of shop
02
03
drawing by Engineer.
A or B BC or PS
03
04
b Legend: Item description
04
05
as indicated on Contract
05 _
06
Drawings.
06
07
c Size: As required by legend.
07
08
d Letters: 1 IN high black
08
09
letters on white background.
09
10
9. Enclosures for electrical,
D Screws -
10
11
mechanical, and I&C equipment,
11
12
e.g., motor control centers,
12
13
panelboards, switchboards,
13
14
safety switches, control
14
15
panels, PLC's, etc., that have
15 _
16
a name and number as shown
16
17
on the Contract Drawings.
17
18
a. Legend: Name and number
18
19
of enclosure as indicated on
19
20
the Contract Drawings.
20
21
b. Size: As required by legend.
21
22
c. Letters: 1 IN black
22 _
23
letters on white background.
23
24
10. Panel -mounted controllers:
E Screws or
24
25
a. Controller faceplate:
Adhesive
25
26
- Legend: Instrument tag
26 -'
27
number; process variable;
27
28
variable units.
28
29
- Size: As required by
29 _
30
legend.
30
31
- Letters: 1/4 IN high
31
32
letters. White letters
32
33
with black background
33 —'
34
b. Controller case (visible from
34
35
panel back):
35
36
- Legend: Instrument tag
36
37
number.
37
38
- Size: As required by
38
39
legend.
39
40
- Letters: 1/4 IN high
r
40
41
letters. White letters
41
42
with black background.
42
43
11. Nameplate for elements or
E Screws
43 --
.44
components within or surface
44
45
mounted on enclosures for
45 -
46
electrical, mechanical, and
46
47
I&C equipment including
47
48
switches, instruments,
48
49
etc:
49
50
a. Legend: Name and number
50
51
of each element or
51
52
component as indicated on the
52
53
Contract Drawings.
53
City of Lubbock, Municipal Water Treatment - Contract 2
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
b. Size: As required by
legend.
c. Letters: 1/2 IN high
letters for element or
component names and 1/4 IN
high letters for element or
component number. White
letters with black
background.
12.
Electrical wiring and cables
F
carrying 600 V or less:
a. Legend: Wire or cable
number as shown on Contract
Drawings, on each end of
each wire or cable.
b. Size: As required by
legend.
c. Letters: Minimum 1/4 IN
high yellow letters on
standard background.
13.
Electrical trenches with duct
G
banks or directly buried
conduit:
a. Legend: CAUTION CAUTION CAUTION
(lst line),
BURIED ELECTRIC LINE (2nd
line).
b. Letters: 1-1/4 IN minimum.
c. Interval: Continuous.
d. Color: Red with black letters.
14.
Buried potable water piping:
G
a. Legend: CAUTION CAUTION CAUTION
(lst line),
BURIED WATER LINE (2nd
line).
a. Letters: 1-1/4 IN minimum.
b. Interval: Continuous.
c. Color: Blue with black letters.
15.
Buried storm and sanitary sewer
G
lines:
a. Legend: CAUTION CAUTION CAUTION
(1st line),
BURIED SEWER LINE (2nd
line).
b. Letters: 1-1/4 IN minimum.
c. Interval: Continuous.
d. Color: Green with black letters.
16.
Buried chemical feed piping, e.g.
G
chlorine solution, polymer solution,
caustic solution, etc.:
a. Legend: CAUTION CAUTION CAUTION (1st line),
BURIED CHEMICAL LINE (2nd line).
b. Letters: 1-1/4 IN minimum.
c. Interval: Continuous.
d. Color: Yellow with black
letters.
LEGEND OF SCHEDULES IN ARTICLES 3.02 ABOVE:
Self
N/A
N/A
N/A
N/A
City of Lubbock, Municipal Water Treatment - Contract 2
10400-7
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
10400-8
01
02 1..`:Type of Sign and Size:
03
04 `D - DANGER
05 C = CAUTION
06 SI - SAFETY INSTRUCTIONAL
07 Size: height x width
08
09 2. Vendor Catalog Identification:
10 Brady Catalog S-10.
11
12 3. Orientation:
13
14 L = Landscape (Horizontal)
15 P - Portrait (Vertical)
16
17 4. Legend: Additional legend after word or words in panel, or
18 complete legend where sign has no panel.
19
20 5.: Location: Place on wall or column, except as noted. Normal
21 height to center of sign: 6 FT.
22
23 END OF SECTION
City of Lubbock, Municipal Water Treatment - Contract-2
O1
02 -'
03
04
05
06
01
08
09 -'
10
11
12 —
13
14
15
16 y
11
18
19 ' --
20
21
22 _
23
r
l:
10520-1
01
91F13
SECTION 10520
01
02
02
03
FIRE EXTINGUISHER
03
04
04
05
.06
PART
1 - GENERAL
05
06
07
07
08
1.01
SUMMARY
08
r"
09
09
10
A.
Section Includes:
10
11
1. Fire extinguishers.
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
t
16
2. Division 1 - General Requirements.
16
17
17
18
1.02
QUALITY ASSURANCE
18
19
19
20
A.
Referenced Standards:
20
21
1. National Fire Protection Association (NFPA):
21
22
a. 10, Standard on Portable Fire Extinguishers.
22
r..
23
2. Underwriters Laboratories, Inc (UL).
23
24
a. Building Materials Directory.
24
25
25
26
1.03
SUBMITTALS
26
27
27
28
A.
Shop Drawings:
28
r
29
1. See Section 01340.
29
30
2. Product technical data including:
30
t:
31
a. Acknowledgement that products submitted meet
31
32
requirements of standards referenced.
32
33
b. Manufacturer's installation instructions.
33
!'
34
c. Color chart for Engineer's color selection.
34
35
35
'-
36
1.04
DELIVERY, STORAGE, AND HANDLING
36
37
37
38
A.
Deliver and install filled and charged extinguishers just
38
39
prior to building occupancy.
39
r„
40
40
41
41
42
PART
2 - PRODUCTS
42
r•
43
43
44
2.01
ACCEPTABLE MANUFACTURERS
44
45
45
46
A.
Subject to compliance with the Contract Documents, the
46
47
following Manufacturers are acceptable:
47
48
1. Fire extinguishers:
48
49
a. J L Industries.
49
50
b. Larsen's Manufacturing Co.
50
51
c. Muckle Manufacturing.
51
52
52
�.
P
53
B.
Submit requests for substitution in accordance with
53
e
City of Lubbock, Municipal Water Treatment - Contract 2
10520-2
01
Specification Section 01640.
01
02
02
03
2.02
MANUFACTURED UNITS
03
04
04
05
A.
Wall Brackets:
05
06
1. Bracket type to fit specified extinguisher, with correct
06
07
mounting accessories to fit substrate.
07
08
2. Furnish bracket for each extinguisher not in cabinet.
08
09
09
10
B.
Fire Extinguisher (FE-1):
10
11
1. Steel bodied, all metal top (head) and valves.
11
12
2. Multi -purpose dry chemical, UL Rated, 4A-60BC.
12
13
3. Provide hose and horn on each.
13
14
4. Furnish one extinguisher for each (FE) location.
14
15
5. Finish: Red with epoxy finish coat.
15
16
6. Provide "FIRE EXTINGUISHER" decal for each extinguisher.
16
17
7. Meeting NFPA 10.
17
18
18
19
19
20
PART
3 - EXECUTION
20
21
21
22
3.01
INSTALLATION
22
23
23
24
A.
Install products in accordance with manufacturer's
24
25
instructions.
25
26
26
27
B.
Install units with extinguisher top not over 60 IN above
27
28
floor.
28
29
29
30
END OF SECTION
30
City of Lubbock, Municipal Water Treatment - Contract 2
r
i
r
1
�;
r
i
���
�^.
l:
P
�.
_
��
!+
r
l
C"
�.
r
(THIS PAGE LEFT BLANK INTENTIONALLY).
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-
9
1
11005-1
91K08
SECTION 11005
01
02
EQUIPMENT: GENERAL REQUIREMENTS
03
04
05
PART 1 -
GENERAL
06
07
1.01 SUMMARY
08
09
A. Section
Includes:
10
1.
Requirements of this Section apply to all equipment
11
provided on the Project including that found in Divisions
12
11, 12, 13, 14, 15, and 16, even if not specifically
13
referenced in individual "Equipment" articles of those
14
Specifications.
15
16
B. Related
Sections include but are not necessarily limited to:
17
1.
Division 0 - Bidding Requirements, Contract Forms, and
18
Conditions of the Contract.
19
2.
Division 1 - General Requirements.
20
3.
Section 03308 - Concrete, Materials and Proportioning.
21
4.
Section 09905 - Painting and Protective Coatings.
22
5.
Section 10400 - Identification, Stenciling, and Tagging
23
Systems.
24
6.
Section 15060 - Pipe and Pipe Fittings: General
25
Requirements.
26
7.
Section 16010 - Electrical: General Requirements.
27
28
1.02 QUALITY ASSURANCE
29
30
A. Referenced
Standards:
31
1.
Anti -Friction Bearing Manufacturers Association (AFBMA).
32
2.
American Gear Manufacturers Association (AGMA).
33
3.
American Society for Testing and Materials (ASTM):
34
a. A307, Standard Specification Carbon Steel Bolts and
35
Studs, 60,000 psi Tensile Strength.
36
b. F593, Standard Specification for Stainless Steel
37
Bolts, Hex Cap Screws, and Studs.
38
4.
Institute of Electrical and Electronics Engineers (IEEE):
39
a. 112, Standard Test Procedure for Polyphase Induction
40
Motors and Generators.
41
5.
National Electrical Manufacturers Association (NEMA):
42
a. 250, Enclosures for Electrical Equipment.
43
b. ICS 6, Enclosures for Industrial Control and System.
44
c. MG1, Motors and Generators.
45
6.
National Fire Protection Association (NFPA):
46
a. 70, National Electrical Code (NEC).
47
48
B. Miscellaneous:
49
1.
A single manufacturer of a "product" to be selected and
50
utilized uniformly throughout Project even though:
51
a. More than one manufacturer is listed for a given
52
"product" in Specifications.
53
City of Lubbock, Municipal Water Treatment - Contract 2 -
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
11005-2
b. No manufacturer is listed.
2. Equipment, electrical assemblies, related electrical
wiring, instrumentation, controls, and system components
shall FULLY comply with specific NEC area and NEMA 250
and ICS-6 designations shown on Electrical Power Drawings
and defined in Section 16010.
1.03 DEFINITIONS
A. Product: Manufactured materials and equipment.
B. Equipment: One or more assemblies capable of performing a
complete function. Mechanical, electrical, instrumentation
or other devices requiring an electrical, pneumatic,
electronic or hydraulic connection. Not limited to items
listed under "Equipment" article within specifications.
1.04 SUBMITTALS
A. Shop Drawings:
1. General for all equipment:
a. See Section 01340.
b. Acknowledgement that products submitted comply with
the requirements of the standards referenced.
c. Sample form letter for equipment field certification.
d. Certification that equipment has been installed
properly, has been initially started up, has been
calibrated and/or adjusted as required, and is ready
for operation.
e. Manufacturer's delivery, storage, handling, and
installation instructions.
f. Equipment identification utilizing numbering system
and name utilized in Drawings.
g. Equipment installation details:
1) Location of anchorage.
2) Type, size, and materials of construction of
anchorage.
3) Anchorage setting templates.
4) Manufacturer's installation instructions.
h. Equipment area classification rating.
i. Shipping and operating weight.
J. Equipment physical characteristics:
1) Dimensions (both horizontal and vertical).
2) Materials of construction and construction
details.
k. Equipment factory primer and paint data.
1. Manufacturer's recommended spare parts list.
m. Equipment lining and coatings.
n. Equipment utility requirements include air, natural
gas, electricity, and water.
2. Mechanical and process equipment:
a. Operating characteristics:
1) Technical information including applicable
City of Lubbock, Municipal Water Treatment - Contract 2
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
11005-3
01
performance curves showing specified equipment
01
02
capacity, rangeability, and efficiencies.
02
03
2) Brake horsepower requirements.
03
04
3) Copies of equipment data plates.
04
05
b.
Piping and duct connection size, type and location.
05
06
c.
Equipment bearing life certification. -
06
07
d.
Field noise testing reports if such testing is
07
08
specified in narrow scope sections.
08
09
e.
Equipment foundation data:
09
10
1) Equipment center of gravity.
10
11
2) Criteria for designing vibration, special or
11
12
unbalanced forces resulting from equipment
12
13
operation.
13
14
f.
Field vibration testing reports if vibration testing
14
15
is specified in narrow scope sections.
15
16
3. Electrical and control equipment:
16
17
a.
Electric motor information:
17
18
1) Name of manufacturer.
18
19
2) Service factor on motors 1/2 HP and above.
19
20
3) Motor enclosure type.
20
21
4) NEMA frame size, if applicable.
21
22
5) NEMA design code, if applicable.
22
23
6) Insulation type.
23
24
7) Locked rotor current.
24
25
8) Motor full load current, efficiency, and power
25
26
factor at full load, 3/4 load,'1/2 load, and no
26
27
load.
27
28
9) Rated size of motor horsepower.
28
29
10) Space heater data, if applicable.
29
30
11) Motor thermostat, thermistor, or RTO data, if
30
31
applicable.
31
32
12) Type of bearings and lubrication.
32
33
13) Temperature rating.
33
34
14) Net weight.
34
35
15) Full load rotative speed.
35
36
16) Power factor correction data, if applicable.
36
37
b.
Notification, at least 1 week in advance, that motor
37
38
testing will be conducted at factory.
38
39
c.
Certification from equipment manufacturer that all
39
40
manufacturer supplied control panels that interface
40
41
in any way with other controls or panels have been
41
42
submitted to and coordinated with the
42
43
supplier/installer of those interfacing systems.
43
44
d.
Control panels:
44
45
1) Panel construction.
45
46
2) Point-to-point wiring diagrams.
46
47
3) Scaled panel face and subpanel layout.
47
48
4) Technical product data on panel components.
48
49
5) Panel and.subpanel dimensions and weights.
49
50
6) Panel access openings.
50
51
7) Nameplate test.
51
52
8) Panel anchorage.
52
53
e.
Motor test reports, including field megger test
53
City of Lubbock, Municipal Water Treatment - Contract 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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
reports.
f. Certification prior to Project closeout that
electrical panel drawings for manufacturer -supplied
control panels truly represent panel wiring including
any field -make modifications.
B. Operations and Maintenance Manuals:
1. See Section 01340.
PART 2 - PRODUCTS
2.01 MANUFACTURED UNITS
A. Electric Motors:
1. Provide motors designed and applied in compliance with
NEMA, IEEE, and the NEC for specific duty imposed by
driven equipment.
2. Where used in conjunction with adjustable speed drives,
provide motors fully compatible with the variable speed
controllers.
3. Where frequent starting applications are specified,
design for frequent starting duty equivalent to duty
service required by driven equipment.
4. Rate for continuous duty at 40 DegC ambient. Design in'
accordance with the NEMA Standards for Class F-insulation
with Class B temperature rise above 40 DegC ambient on
continuous operation or intermittent duty at service
factor load.
5. Design for full voltage starting.
6. Design bearing life based upon actual operating load
conditions imposed by driven equipment.
7. Size for altitude of Project.
8. Unless otherwise specified, size so that under maximum
continuous load imposed by driven equipment, motor
nameplate horsepower for continuous operation is minimum
of 15 percent more than driven load.
9. Provide encapsulated windings in wet/corrosive and for
outdoor applications.
10. Furnish with clamp -type grounding terminals inside motor
conduit box.
11. Furnish with external conduit boxes oversized at least
one size larger than NEMA Standard.
12. Furnish with stainless steel nameplates:
a. Standard motor rating nameplate.
b. Nameplate engraved with bearing and lubrication data.
c. Space heater nameplate to indicate space heater
rating if applicable.
d. Temperature detector nameplate to indicate type of
detector provided, if applicable.
e. Caution nameplates for space heaters, etc.
13. Use of manufacturer's standard motor will be permitted
on integrally constructed motor driven equipment such as
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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 2
F
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
11005-5
appliances and hand tools specified by model number in
01
which a redesign of complete unit would be required in
02
order to provide a motor with other features as may be
03
specified herein.
04
14. Electric motors less than 1/3 HP.
05
a. Single phase, 60 HZ, suitable for supply voltage
06
indicated on Drawings.
07
b. Permanently lubricated sealed bearings conforming to
08
AFBMA Standards.
09
c. Built-in manual -reset thermal protector or furnished
10
with integrally mounted stainless steel enclosed
11
manual motor overload switch.
12
15. Electric motors 1/3 to 1 HP inclusive:
13
a. Single or 3 PH, 60 HZ, suitable for supply voltage
14
and phase indicated on Drawings.
15
b. Permanently lubricated sealed bearings conforming to
16
AFBMA Standards.
17
16. Electric motors 1-1/2 through 10 HP:
18
a. Rated 230/460 V, 60 HZ, 3 PH.
19
b. Permanently lubricated sealed bearings conforming to
20
AFBMA Standards.
21
c. For vertical motors, provide 15-year, average -life
22
thrust bearings conforming to AFBMA Standards.
23
17. Unless otherwise specified, electric motors greater than
24
10 HP:
25
a. Rated 230/460 V, 60 HZ, 3 PH.
26
b. Oil or grease lubricated antifriction bearings
27
conforming to AFBMA Standards. Design bearing life
28
for 90 percent survival rating at 50,000 HRS of
29
operation for motors up to and including 100 HP and
30
at 100,000 HRS of operation for motors greater than
31
100 HP.
32
c. Thermal protection:
33
1) Motors used in conjunction with solid state
34
and/or other types of adjustable frequency or
35
variable voltage motor controllers shall have at
36
least one thermostat per phase to sense
37
temperature in the motor windings. Thermostat
38
contacts shall be normally closed, rated for 120
39
V AC. Contacts shall be wired in series, and the
40
leads brought out to a separate terminal box for
41
wiring in conduit. Thermostats shall
42
automatically reset on falling temperature.
43
d. For vertical motors, provide 15 year average life
44
thrust bearings conforming to AFBMA Standards.
45
e. Space heaters are to be provided, rated 120 V, single
46
phase, sized to prevent condensation, and wired to a
47
space heater terminal box.
48
18. Motors 15 HP and above having a locked rotor inrush KVA
49
greater than 6.3 times motor horsepower are not
50
acceptable.
51
19. Motor efficiencies:
52
a. Unless otherwise specified, provide motors designed
53
City of Lubbock, Municipal Water Treatment - Contract 2
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
11005-6
as "premium efficiency" or "energy -saving' type.
20. Provide motors with suitable lifting provisions.
21. Measure efficiencies by IEEE 112 - Method B`(Method E
may be used for vertical motors 50 HP and larger.
Vertical motors may eliminate thrust bearing losses for
efficiency measurements).
22. See narrow -scope specifications for requirements of
motors above 250 HP or motors designed for submersible`
service.
23. Unless otherwise specified, provide totally enclosed
motors on outdoor equipment, equipment installed below
grade, chemical feed and chemical handling equipment, and
equipment operating in wet or dust -laden locations.
Dripproof motors, or totally enclosed at the supplier's
option, shall be furnished on equipment in indoor,
above -grade, clean, and dry locations.
B. V-Belt Drive:
1. Provide each V-belt drive with sliding base or other
suitable tensionadjustment. Adjustment mechanism to be
304 stainless steel.
2. Provide V-belt drives with a service factor of at least
1.6 at maximum speed.
3. Provide staticproof belts.
2.02 COMPONENTS
A. Gear Drives and Drive Components:
1. Size drive equipment capable of supporting full load
including losses in speed reducers and power
transmission.
2. Provide nominal input horsepower rating, of each gear or
speed reducer at least equal to nameplate horsepower of
drive motor.
3. Design drive units for 24 HR continuous service,
constructed so oil leakage around shafts is precluded.
4. Utilize gears, gear lubrication systems, gear drives,
speed reducers, speed increasers and flexible couplings
meeting applicable standards of American Gear
Manufacturers Association.
S. Gear reducers:
a. Provide gear reducer totally enclosed and oil
lubricated.
b. Utilize antifriction bearings throughout.
c. Provide worm gear reducers having a service'factor of
at least 1.20.
d. Furnish other helical, spiral bevel, and combination
bevel -helical gear reducers with a service factor of
at least 1.50.
2.03 ACCESSORIES
A. Guards:
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 2
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
11005-7
1. Provide each piece of equipment having exposed moving
01
parts with full length, easily removable guards, meeting
02
OSHA requirements.
03
2. Interior applications:
04
a. Construct from expanded galvanized steel rolled to
05
conform to shaft or coupling surface.
06
b. Utilize non -flattened type 16 GA galvanized steel
07
with nominal 1/2 IN spacing.
08
c. Connect to equipment frame with hot -dip galvanized
09
bolts and wing nuts.
10
3. Exterior applications:
11
a. Construct from 16 GA stainless steel or aluminum.
12
b. Construct to preclude entrance of rain, snow, or
13
moisture.
14
c. Roll to conform to shaft or coupling surface.
15
d. Connect to equipment frame with stainless steel bolts
16
and wing nuts.
17
18
B. Anchorage:
19
1. Cast -in -place anchorage:
20
a. Provide ASTM F593,.Type 316 stainless steel anchorage
21
for exposed equipment.
22
b. For continuously submerged anchorage, utilize ASTM
23
A307 anchorage. For intermittently submerged
24
applications, use 316 stainless steel.
25
c. Configuration and number of anchor bolts shall be per
26
manufacturer's recommendations.
27
d. Provide two nuts for each bolt.
28
2. Drilled anchorage:
29
a. Epoxy grout per Section 03308.
30
b. Threaded rods same as cast -in -place.
31
32
C. Data Plate:
33
1. Attach a stainless steel data plate to each piece of
34
rotary or reciprocating equipment. Permanently stamp
35
information on data plate including manufacturer's name,
36
equipment operating parameters, serial number and speed.
37
38
D. Gages:
39
1. Provide gages at locations shown or specified in
40
accordance with Section 15060.
41
42
2.04 FABRICATION
43
44
A. Design, fabricate, and assemble equipment in accordance with
45
best modern engineering and shop practices.
46
47
B. Manufacture individual parts to standard sizes and gages so
48
that repair parts, furnished at any time, can be installed in
49
field.
50
51
C. Furnish like parts of duplicate units to be interchangeable.
52
53
City of Lubbock, Municipal Water Treatment - Contract 2
r-
11005-8
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
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.
2.05 SHOP OR FACTORY PAINT FINISHES
A. Electrical Equipment:
1. Unless otherwise specified, the standard factory -applied
paint coating system(s) of the listed approved
manufacturers of motor control centers, panelboards,
transformers, switchboards, and engine generator sets,
are acceptable
2. As an alternate to the acceptable standard
factory -applied paint coating systems, a manufacturer may
provide a paint coating systeminaccordance with Section
09905.
B. Other Equipment: In accordance with Section 09905.
2.06 SOURCE QUALITY CONTROL
A. Motor Tests:
1. Test motors in accordance with NEMA and IEEE procedures.
Include the following:
a. Routine test:
1) Running no-load amperes.
2) Locked rotor amperes.
3) Winding resistance, DC.
4) High -potential test at twice rated voltage plus
1000 V, with a minimum of 2200 V for 1 minute,
winding to ground.
5) Vibration check.
b. Complete test:
1) Rated load temperature rise.
2) Slip in percent.
3) Locked rotor amperes (3 PH, full voltage).
4) Locked rotor torque.
5) Breakdown torque.
6) High potential test; see paragraph 4) above.
7) Efficiencies tabulated at 100, 75, and 50 percent
City of Lubbock, Municipal Water Treatment - Contract 2
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
y
!j
11005-9
O1
of full load.
01
02
8) Power factor tabulated at 100, 75, and 50 percent
02
03
of full load.
03
04
2. The Owner reserves the right to, at any time, select and
04
05
have tested any motor included within the Project. If
05
06
motor passes testing requirements, Owner will be
06
07
responsible for any shipping and testing costs incurred.
07
08
Costs shall be determined by current freight rates and
08
09
manufacturer's published rates at the time of the test.
09
10
If motor fails test, Contractor shall be responsible for
10
11
all costs incurred. If two successive motors fail the
11
r'
12
test, the Owner has the right to reject any or all motors
12
13
from that manufacturer. The Owner also reserves the
13
14
right to witness any routine or complete tests at Owner's
14
15
16
expense.
15
16
V
17
17
18
PART 3 - EXECUTION
18
19
19
20
3.01 INSTALLATION
20
�.
21
21
22
A. Install equipment as shown on Drawings and in accordance with
22
23
manufacturer's directions.
23
24
24
25
B. Utilize templates for anchorage placement for slab -mounted
25
r
26
equipment.
26
27
27
28
C. DO NOT construct foundations until major equipment supports
28
29
are approved.
29
30
30
31
D. Extend all non -accessible grease fittings using stainless
31
32
steel tubing to a location which allows easy access of
32
33
fittings.
33
f
34
34
35
E. Construct subbases, either concrete, steel or cast iron,
35
36
level in both directions. Particular care shall be taken at
36
37
hold-down bolt locations so these areas are flat and level.
37
38
38
39
F. Machine Base:
39
�=
40
1. Mount machine bases of rotating equipment on subbases in
40
41
manner that they are level in both directions according
41
42
to machined surfaces on base. Use machinist level for
42
�.
43
this procedure.
43
44
2. Level machine bases on subbases and align couplings
44
45
between driver and driven unit using steel blocks and
45
46
shims.
46
{`
47
a. Size blocks and shims to provide solid support at
41
48
each anchor bolt location. Area size of blocks and
48
49
shims shall be approximately 1-1/2 times area support
49
50
surface at each anchor bolt point.
50
51
b. Provide blocks and shims at each anchor bolt. Blocks
51
52
and shims that are square shape with "U" cut out to
52
53
allow blocks and shims to be centered on anchor
53
r
City of Lubbock, Municipal Water Treatment - Contract 2
r
C
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
11005-10
bolts.
c. After all leveling and alignment has been completed
and before grouting, tighten anchor bolts to proper
torque value.
d. Do not use nuts below the machine base on anchor
bolts for base leveling.
G Couplings:
1. Align in the annular and parallel positions.
a. For equipment rotating at 1200 rpm or less, align
both annular and parallel within 0.001 IN tolerance
for couplings 4 IN size and smaller. Couplings
larger than 4 IN size: Increase tolerance 0.0005 IN
per inches of coupling diameter, i.e., allow 6 IN
coupling 0.002 IN tolerance, and allow a'10 IN
coupling 0.004 IN tolerance.
b. For equipment rotating at speeds greater than 1200
rpm allow both annular and parallel positions within
a tolerance rate of 0.00025 IN per inch coupling
diameter.
2. If equipment is delivered as a mounted unit from factory',
verify factory alignment on site after installation and
realign if necessary.
3. Check surfaces for runout before attempting to trim or
align units.
H. Grouting:
1. After machine base has been shimmed, leveled, couplings
aligned and anchor bolts tightened to correct torque
value, a dam or formwork shall be placed around base to
contain grouting. Extend dam or formwork at least 1/2 IN
above the top of leveling shims and blocks.
2. Saturate top of roughened concrete subbase with water
before grouting. Add grout until entire space under
machine base is filled to the top of the base underside.
Puddle grout by working a stiff wire through the grout
and vent holes to work grout in place and release any
entrained air in the grout or base cavity.
3. When the grout has sufficiently hardened, remove dam or
formwork and finish the exposed grout surface to fine,
smooth surface. Cover exposed grout surfaces with wet
burlap and keep covering sufficiently wet to prevent too
rapid evaporation of water from the grout. When the
'grout has fully hardened (after a minimum of 7 days)
tighten all anchor bolts and recheck driver -driven unit
for proper alignment.
3.02 IDENTIFICATION OF EQUIPMENT AND HAZARD WARNING SIGNS
A. Identify equipment and install hazard warning signs in
accordance with Section 10400.
3.03 FIELD PAINTING AND PROTECTIVE COATINGS
City of Lubbock, Municipal Water Treatment.- Contract 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
G'
i
►'64
01
02
c 03
04
05
r' 06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
I 24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
411
42
43
44
45
46
47
48
49
50
51
52
53
r
c,
11005-11
A. For required field painting and protective coatings, comply
with Section 09905.
3.04 WIRING CONNECTIONS AND TERMINATION
A. Clean wires before installing lugs and connectors.
B. Terminate motor circuit conductors with copper lugs bolted to
motor leads.
C. Connections to carry full ampacity of conductors without
temperature rise.
3.05 FIELD QUALITY CONTROL
A. Furnish equipment manufacturer services as specified in the
individual equipment specifications.
B. Inspect wire and connections for physical damage and proper
connection.
C. For motors 50 HP and above, conduct insulation resistance
(megger) test on each motor before energized. Conduct test
with 500 or 1000 Y DC megger. Test each phase separately.
1. Apply test.voltage, phase to ground, on each phase being
tested. Record resistance reading at 30 seconds and at
one minute after test voltage is applied. Divide one
minute reading by 30 second reading to obtain dielectric
absorption ratio (DAR). DAR must be 1.25 or greater for
phase to pass test.
2. If phases have a DAR of 1.25 or greater, attach a tag to
the motor and mark tag "Insulation Resistance Test OK"
and sign.
D. Check rotation of motor before connection to driven
equipment, before couplings are bolted or belts installed.
Before motor is started to check rotation, determine that
motor is lubricated.
E. Subbase that supports the equipment base and that is made in
the form of a cast iron or steel structure that has
supporting beams, legs and cross member that are cast welded
or bolted, shall be tested for a natural frequency of
vibration after equipment is mounted. Keep the ratio of the
natural frequency of the structure to the frequency of the
disturbing force out of the range from 0.5 to 1.5.
3.06 DEMONSTRATION
A. Demonstrate equipment in accordance with Section 01060.
END OF SECTION
City of Lubbock, Municipal Water Treatment - Contract 2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
No Text