Loading...
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