Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2007-R0190 - Contract - Brown-Mckee Inc.- Influent Lift Station Rehab - 05/11/2007
Resolution No. 2007-RO190 May 11, 2007 Item No. 5.25 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the City Council of the City of Lubbock hereby authorizes and directs the Mayor of the City of Lubbock to execute a public works Contract per ITB #07 -711 -BM by and between the City of Lubbock and Brown -McKee, Inc., of Lubbock, Texas, for influent lift station rehabilitation at the Southeast Water Reclamation Plant, which Contract and any associated documents are attached hereto and made a part of this Resolution for all intents and purposes. Passed by the City Council this 11th day of ATTEST: RebeccGarza, CitySecretary TO CONTENT: Thomas Adams Deputy City Manager/Water Utilities APPROVED AS May , 2007. Vandiver, Attorney oiCdunsel - � ___ DDreslBrawn-McKee07P WConRes May 2, 2007 No Text ITB # 07-711-BM, Addendum # 1 City of Lubbock PUBLIC WORKS CONTRACTING OFFICE SUITE 102, MUNICIPAL BUILDING 1625 13T" STREET LUBBOCK, TEXAS 79401 PH: (806)775-2163 FAX: (806)775-3326 http://purchasing.ci.lubbock.tx.us DATE ISSUED: CLOSE DATE: ADDENDUM # I ITB # 07-711-BM Influent Lift Station Rehabilitation at Southeast Water Reclamation Plant April 17, 2007 April 24, 2007 @ 2:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Bidders' attention is invited to the attached document provided by the Consultant, identified as ADDENDUM NO. 1. 2. Bidders' attention is invited to the attached boring data provided for the Headworks area. 3. Bidders' attention is invited to the attached Dimensional Sheet for pumps. 4. Bidders' attention is invited to the following QUESTIONS and their respective RESPONSES: QUESTION: Bid item #2 is the installation of the pre -purchased pumps. Do we pay for the pumps? Is there a scope on what is being provided? Anchors, rails, etc? RESPONSE: The pumps have been purchased by the City of Lubbock and will be assigned to the contractor for installation. The prices of the pumps are not included in the Bid Form, only the installation. The pumps will not be supplied with anchor bolts. The pumps are supplied with the discharge base elbow, upper guide rail bracket, guide rails, lift chain, and 70 feet of attached electrical cable. Refer to Addendum No. 1 document. QUESTION: Do we do any concrete repair and/or coating and/or lining of the odor control channel? RESPONSE: If by "Odor Control Chanel", the reference is to the main influent channel, or the channel east of the slide gates, then the answer is No - concrete repair and/or coating and/or lining to this area is not specified to be performed. All concrete repaired is to be conducted west of the slide gates and on up the channels as drawn (Sheet IP2 — Section 1) and specified (Section 09940, paragraph 3-10 as well as Section 09820). QUESTION: Are there any neoprene gaskets and/or bolts required on the aluminum odor control covers provided by the City in between panels? (anchors and neoprene @ concrete by contractor). - RESPONSE: No, additional gaskets will not be required to be installed between individual aluminum odor control panels. The existing aluminum odor control covers are as is, and should be installed with only the new neoprene anchors and stainless steel anchor bolts as called for in the drawings, (Sheet IP2 - Section 2). The intention is not to make this cover over Channel No. 3 air tight. QUESTION: The specifications call for an epoxy coating on all concrete surfaces below elevation 3136.00 in the Influent channels. We can do this on the pump side of the ITB # 07-71 I-BMAdI 1 ITB # 07-711-13M, Addendum # 1 slide gates, but it would be difficult, if not impossible to do so on the influent side of the slide gates. Are we to do anything with the influent side? RESPONSE: Nothing is to be done to the influent side of the slide gates. The call -out references all concrete surfaces below elevation 3136.00 on the pump side of the slide gate. QUESTION: How much do the Existing Screw Pumps weigh? RESPONSE: Approximate weight of each screw pump is 18,500 lbs. These are 84-inch, 2-flight Epic International screw pumps. The contractor will need to verify this weight with the Pump Manufacturer. QUESTION: Sheet DM2 calls for removal of concrete liner full length and ends. We saw no "concrete liner" on the walls. There may be a "liner" coating on the walls. If so, what type of coating was installed? RESPONSE: There is some form of Concrete Protection on the walls. The exact type of protection used is unknown, and the contractor will need to investigate the type and means of removal. QUESTION: Bid Item #8 --- What are we training on switchgear? Is it two 24 hour sessions or two days with 8 hour sessions? RESPONSE: Training is only required for the AFDs and should be included in the prenegotiated number received from J&L. Training is to be performed by Square D. Training is specified to be two 8-hr days. QUESTION: The platform covers are called out as covers in several places where the pumps are as shown on IP3. However the covers are only Grating. You're sealing the slide gate right next to it, but put grating with openings as a cover. Is the grating suppose to " have a FRP Plate on it to seal the area? RESPONSE: Spec Section 06610 calls for grating to be provided as Fibergrate "Covered Molded Grating", which has a 1/8" thick cover over the 2-inch deep grating. QUESTION: Sheet H2 calls for Aluminum Covers at the Slide Gates. Sheet IP3 shows neoprene seals. The covers won't work, but the neoprene will. Explain if the Aluminum Covers are required. RESPONSE: Slide Gates shall be sealed as shown on Drawing IP3, Detail G. Aluminum Covers are not required to seal the slide gates; the note on drawing H2 should be deleted. Refer to Addendum No. 1 document, attached. QUESTION: Please confirm that the Pump Discharge Base Ell as shown on IP2 Detail D is a part of the pumps that have been pre -purchased by the City and are provided by the City. RESPONSE: Refer to Question 1. QUESTION: Please provide the paint schedule for the project. RESPONSE: The metal surfaces coating schedule is located in Section 09940, paragraph 3-9. The concrete surfaces coating schedule is located in Section 09940, paragraph 3-10. ITB # 07-711-BMAdl ITB # 07-711-BM, Addendum # 1 -° QUESTION: Please list the items in the bid schedule. RESPONSE: The bid is Lump Sum. Individual bid items will not be compared between bidders. All construction items need to be incorporated within a bid item and will be reflected in the "Total Bid" tabulation. QUESTION: Are there penalties for the contractor not maintaining the required flow rate? RESPONSE: Contractor will be responsible for all penalties, fines, legal costs, and corrective action costs which result from violations of the City of Lubbock's Permit for disposal of wastewater and are attributable to actions by the Contractor and/or his subcontractors. Refer to Addendum No. 1 document, attached. QUESTION: Provide See Plan for Dimension for Detail C on page CY1 of plans for Electrical (transformer) Slab. RESPONSE: The electrical pad should be sized to accommodate the equipment to be provided. Refer to Addendum No. 1 document, attached. QUESTION: Is the existing asphalt road to be demolished and replaced with aggregate? RESPONSE: No, the existing asphalt road will not be demolished and replaced with aggregate. The aggregate will be extended to the edge of the existing asphalt road. Refer to Addendum No. 1 document, attached. QUESTION: Where is electrical sequencing addressed? RESPONSE: Construction sequencing is in Section 01015, paragraph 15. This sequencing is a suggestion to maintain capacity within the existing lift station. Contractor is responsible for the execution of the sequencing. QUESTION: Is geotechnical information available on the soils for area? RESPONSE: Boring data is available and is provided for the Headworks area. QUESTION: Will the City provide a dimensional sheet on the pre -purchased pumps? RESPONSE: Please see the attached Dimensional Sheet. QUESTION: The roof plan on Al shows no skylights but S2 shows skylights - please clarify? RESPONSE: Skylights are not included in the project. DELETE the reference to skylights on S2. QUESTION: Please confirm whether or not all electrical duct banks are to be concrete encased. RESPONSE: Yes, all electrical duct banks are to be concrete encased. ITB # 07-711-BMAdl 3 ITB # 07-711-BM, Addendum # 1 All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Public Works Contracting Officer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806) 775-3326 or Email to bmacnair(a-niylubbock.us. THANK YOU, CITY OF LUBBOCK �nGlCe IZZ�.Ci��vt Bruce MacNair Public Works Contracting Officer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Public Works Contracting Officer if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Public Works Contracting Officer no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB # 07-711-BMAdl 4 City of Lubbock PUBLIC WORKS CONTRACTING OFFICE SUITE 102, MUNICIPAL BUILDING 1625 13Tx STREET LUBBOCK, TEXAS 79401 PH: (806)775-2163 FAX: (806)775-3326 http://purchasing.ci.lubbock.tx.us ITB # 07-711-BM, Addendum # 2 ADDENDUM # 2 ITB # 07-711-BM Influent Lift Station Rehabilitation at Southeast Water Reclamation Plant DATE ISSUED: April 17, 2007 CLOSE DATE: April 24, 2007 @ 2:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Bidders' attention is invited to the attached document provided by the Consultant, identified as ADDENDUM NO. 2. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Public Works Contracting Officer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806) 775-3326 or Email to bmacnair�,)mylubbock.us. THANK YOU, CITY OF LUBBOCK sauce ?12ac72auc Bruce MacNair Public Works Contracting Officer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Public Works Contracting Officer if anv lanaua2e, requirements, etc.. or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Public Works Contracting Officer no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB # 07-711-BMAd2 ITB # 07-711-BM, Addendum # 3 City of Lubbock PUBLIC WORKS CONTRACTING OFFICE SUITE 102, MUNICIPAL BUILDING 1625 13Tx STREET LUBBOCK, TEXAS 79401 PH: (806)775-2163 FAX: (806)775-3326 http://purchasing.ci.lubbock.tx.us DATE ISSUED: CLOSE DATE: ADDENDUM # 3 ITB # 07-711-BM Influent Lift Station Rehabilitation at Southeast Water Reclamation Plant April 18, 2007 April 24, 2007 @ 2:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Bidders MUST SUBMIT the REVISED BID SUBMITTAL FORM, attached. Bid item number eight is CHANGED TO READ as follows: Two training sessions six -months apart for the operation and maintenance of the specified equipment in addition, the onsite startup services associated with Section 11060. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Public Works Contracting Officer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806) 775-3326 or Email to bmacnair@mylubbock.us. THANK YOU, CITY OF LUBBOCK bzzuce 7?2ac72ain Bruce MacNair Public Works Contracting Officer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Public Works Contracting Officer if any language requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Public Works Contracting Officer no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB # 07-711-BMAd3 ITB # 07-711-13M, Addendum # 3 *** REVISED*** BID SUBMITTAL UNIT PRICE BID CONTRACT DATE: PROJECT NUMBER: #07-711-BM — INFLUENT LIFT STATION REHABILITATION AT SEWRP (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of a INFLUENT LIFT STATION REHABILITATION AT SEWRP having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. Estimated Item Quantity No. & Unit Description of Item Total Amount 1. 1 LS Furnish, deliver and install EIGHT (8) — adjustable frequency Drive packages by Square D. The material prices are guaranteed low price. MATERIALS: Three Hundred Twenty -One Thousand Six Hundred $ /LS( $321,600.00 ) 1W.-TIMIT114 TOTAL ITEM #1: $ /LS( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 2. 1 LS Install 8 submersible pre -purchased by the City. Furnish all the fittings and relevant appurtenances for the installation of these pumps. TOTAL ITEM #2: $ /LS( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 3. 1 LS General Requirements including mobilization, profit, supervision, etc. TOTAL ITEM #3: $ /LS( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) Bidder's Initials ITB # 07-711-13MAd3 2 ITB # 07-711-13M, Addendum # 3 Estimated Item Quantity No. & Unit Description of Item Total Amount 4. 1 LS Site work. TOTAL ITEM #4: $ /LS( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 5. 1 LS Demolition of existing structures according to the plans. TOTAL ITEM #5: $ /LS( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 6. 1 LS Construction of the electrical building including, earthwork, foundation, and superstructure accordingly to the plans. TOTAL ITEM #6: $ /LS( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 7. 1 LS Furnish and Install all the electrical equipment according to plans and specifications TOTAL ITEM #7: $ /LS( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 8. 1 LS Two training sessions six -months apart for the operation and maintenance of the specified equipment in addition, the onsite startup services associated with Section 11060. TOTAL ITEM #8: $ /LS( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) TOTAL BID, ITEMS #1 - #8: LABOR: $ TOTAL BID ITEMS #1 - #8: $ (Unit Price Amounts shall be shown in both words and numerals. 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 substantially complete the project within 180 (ONE HUNDRED EIGHTY) - 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 $1,000 (ONE THOUSAND DOLLARS) for each calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. Bidder's Initials ITB # 07-711-BMAd3 3 ITB # 07-711-13M, Addendum # 3 The Bidder agrees that this bid shall be good and may not be withdrawn for a period of forty-five (45) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Enclosed with this Bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the BID is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said BID; 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 contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Seal if Bidder is a Corporation) ATTEST: Secretary Bidder acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date M/WBE Firm: Authorized Signature (Printed or Typed Name) Company Address City, County State Telephone: - Fax: - Zip Code FEDERAL TAX ID or SOCIAL SECURITY No. Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) ITB # 07-711-BMAd3 ITB # 07-711-BM, Addendum # 4 City of Lubbock PUBLIC WORKS CONTRACTING OFFICE SUITE 102, MUNICIPAL BUILDING 1625 13TH STREET LUBBOCK, TEXAS 79401 PH: (806)775-2163 FAX: (806)775-3326 http://purchasing.ci.lubbock.tx.us ADDENDUM # 4 ITB # 07-711-BM Influent Lift Station Rehabilitation at Southeast Water Reclamation Plant DATE ISSUED: April 19, 2007 CLOSE DATE: April 24, 2007 @ 2:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Bidders' attention is invited to the attached document provided by the Consultant, identified as ADDENDUM NO. 4 and the figure identified as 16310 — FIGURE 1. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Public Works Contracting Officer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806) 775-3326 or Email to bmacnair@MK1ubbock.us. THANK YOU, CITY OF LUBBOCK ow 7&2e7&a Bruce MaeNair Public Works Contracting Officer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the Citv of Lubbock Public Works Contracting Officer if anv lanauaae, requirements, etc., or anv combinations thereof, inadvertently restricts or limits the reauirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Public Works Contracting Officer no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB # 07-711-BMAd4 CITY OF LUBBOCK INVITATION TO BID TITLE: INFLUENT LIFT STATION REHABILITATION AT SOUTHEAST WATER RECLAMATION PLANT ADDRESS: LUBBOCK, TEXAS ITB NUMBER: 07-711-BM PROJECT NUMBER: 90359.9242.30000 CONTRACT PREPARED BY: PUBLIC WORKS CONTRACTING OFFICE City of Lubbock, TX Public Works Contracting Office Contractor Checklist for ITB # 07-711-BM Before submitting your bid, please ensure you have completed the following: 1. ✓ Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. Amounts shall be written in both words and numerals and in the event of a discrepancy the amounts written in words shall govern. Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. :.3 2. ✓ Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. This must include the signature of the agent or broker. Contractor's signature must be original. 3. ✓ Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. 4. ✓ Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCL4L SECURITY number. 5. Clearly mark the bid number, title, due date and time and your company name and address on the outside of the envelope or container. 6. ,/ Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. 7. Ensure your bid is RECEIVED by the City of Lubbock Public Works Contracting Office prior to the deadline. Late bids will not be accepted. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. 1-3 e2 � A) 44 Company/ Firm Name City of Lubbock Public Works Contracting Office In an effort to better serve our suppliers, the City of Lubbock Public Works Contracting Office is conducting the following survey. We appreciate the time and effort expended to submit your offer. Please take an additional moment to complete the information below. If you have any questions or need more information, please call (806)775-2163. City of Lubbock ITB #07-711-BM HOW DID YOU RECEIVE NOTICE OF THIS INVITATION TO BID? Lubbock Avalanche Journal? ✓ Yes No The Daily Commercial Record? Yes —�4 No From Plan Room or other type of service? Yes _ No Did you access the City of Lubbock website to search for bids? Yes_ No Facsimile or email frgm RFP Depot.com? Yes No Did you download from your home computer? Yes_ No Did you download from your company computer? Yes _ No Requested a copy from Lubbock Public Works Contracting Office? Yes �/, No Are you a member of RFP Depot? V Yes No Other: THANK YOU. 1-312�y,) - xl e-tlev�� , /o, Company / Firm Name • • C �� ' NOTICE TO BIDDERS ITB #07-711-BM Sealed bids addressed to Bruce MacNair, Public Works Contracting Officer, City of Lubbock, Texas, will be received in the office of the Public Works Contracting Officer, Municipal Building, 1625 13th Street, Suite 102, Lubbock, Texas, 79401, until 2:00 P.M. on April 24, 2007, 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: "INFLUENT LIFT STATION REHABILITATION AT SOUTHEAST WATER RECLAMATION PLANT" After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Public Works Contracting Officer and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in the office of the Public Works Contracting Officer for the City of Lubbock, before the expiration of the date above first written. Bids are due at 2:00 P.M. on April 24, 2007, and the City of Lubbock City Council will consider the bids on May 10, 2007, at the Municipal Building, 1625 13th Street, 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 in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. Said statutory bonds should be issued by a company carrying a current Best Rating of B or su erior. 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 bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. FAILURE OF THE BIDDER TO INCLUDE BID SECURITY WITH THE BID SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE BID AND RESULT IN DISQUALIFICATION OF THE BID SUBMITTAL. It shall be each bidder's sole responsibility to inspect the site of the work and to inform himself regarding all local _.v 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. There will be a non -mandatory pre -bid conference on April 11, 2007 at 11:00 A.M., in the Southeast Water Reclamation Plant Break Room at 3603 Guava Avenue, Lubbock, Texas. Bidders may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405. ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, htip://pr.theLej2roductioncoMpaLiy.com/, Phone: (806) 763-7770. Additional sets of plans and specifications may be obtained at the bidder's expense. 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 Public Works Contracting Officer 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. 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, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you require special assistance, please contact the Public Works Contracting Office at (806) 775-2163 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK BRUCE MACNAIR PUBLIC WORKS CONTRACTING OFFICER GENERAL INSTRUCTIONS TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS 1 BID DELIVERY TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish INFLUENT LIFT STATION REHABILITATION AT SEWRP per the attached specifications and contract documents. Sealed bids will be received no later than 2:00 P.M. CST, April 24, 2007 at the office listed below. Any bid received after the date and hour specified will be rejected and returned unopened to the bidder. Each bid and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "ITB#07-711-BM, INFLUENT LIFT STATION REHABILITATION AT SEWRP" and the bid opening date and time. Bidders must also include their company name and address on the outside of the envelope or container. Bids must be addressed to: Bruce MacNair, Public Works Contracting Officer City of Lubbock 1625 13th Street, Suite 102 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Public Works Contracting Office. Mailing of a bid does not ensure that it will be delivered on time or delivered at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. 1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an addendum. 2 PRE -BID MEETING 2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory pre -bid meeting will be held at 11:00 A.M., April 11, 2007 in the Southeast Water Reclamation Plant Break Room at 3603 Guava Avenue Lubbock Texas. All persons attending the meeting will be asked to identify themselves and the prospective bidder they represent. 2.2 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The - City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do not attend the pre -bid meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over . the Internet at h"://www.RFPdgpot.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Public Works Contracting Office. At the request of the bidder, or in the event the Public Works Contracting Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Public Works Contracting Office. Such addenda issued by the Public Works Contracting Office will be available over the Internet at http://www.RFPdeyot.com and will become part of the bid package having the same binding effect as provisions of the original ITB. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Public Works Contracting Office no later than five (5) days before the bid closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only information - supplied by the City of Lubbock Public Works Contracting Office in writing or in this ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this bid should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements before submitting a bid to ensure that their bid meets the intent of these specifications. 4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to comply, in every detail, with all provisions and requirements of the Invitation to Bid. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Public Works Contracting Officer and a clarification obtained before the bids are received, and if no such notice is received by the Public Works Contracting Officer prior to the opening of bids, then it shall be deemed that the bidder fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If bidder does not notify the Public Works Contracting Officer before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. 5 BID PREPARATION COSTS 5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a bid. 5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder. 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. 6.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their bid submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this bid. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 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. 11 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 or forfeiture of deposit. The contract documents may be examined without charge as noted in the Notice u to Bidders. 12 BIDDER INOURUES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidders responsibility to advise the Public Works Contracting Officer if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the City of Public Works Contracting Office no later than five (5) calendar days before the bid closing date. A review of such notifications will be made. 12.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION TO BID (ITB) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO: BBRUCE MACNAIR, PUBLIC WORKS CONTRACTING OFFICER City of Lubbock Public Works Contracting Office 1625 131h Street, Suite 102 Lubbock, Texas 79401 Fax: 806-775-3326 or 806-767-2275 Email: bmacnair(c Mylubbock.us - RFPDepot: http://www.RFPdepot.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within ONE HUNDRED EIGHTY (180) CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 13.2 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 submitted, the City may direct the Contractor to take such action as the City deems - necessary to ensure completion of the project within the time specified. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 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. 16 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting 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 provision. 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. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective 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). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub- contractor or any third parry involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. i �i r 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to ten sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any .. and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves 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 intended 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. 20 TEXAS STATE SALES TAX 20.1 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. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground 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. 22 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, 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 replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. makwall", lbi"Nam., 23 EXPLOSIVES 23.1 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 blasting. 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. 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 23.3 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. 24 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. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, 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. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. 26 LABOR AND WORKING HOURS 26.1 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 that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidder' attention is further directed to the requirements of Article 5159a, Vemon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract - documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary - service to its citizens. 26.1.2 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. 26.2 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. 26.3 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. 27 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 deductions (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. 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. 28 PROVISIONS CONCERNING ESCALATION CLAUSES Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered. 29 PREPARATION FOR BID 29.1 The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly 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. 29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. 29.3 Each bid 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: 28.3.1 Bidder's name 28.3.2 Bid for (description of the project). 29.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. 30 BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bond (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. 0) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. - 31 QUALIFICATIONS OF BIDDERS The bidder may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The bidder's bid may be deemed not to meet specifications or the bid may be rejected if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past three (3) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 32 BID AWARD 32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid for Bid items 1 through 8 plus the sum of any Alternate Bids or Options the City may select. 32.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to specifications is primary in determining the best low bid. Failure to comply with the specifications may result in disqualification of the bid. 32.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to determine possible Anti -Trust violations. 32.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder would be required to underbid the nonresident bidder in the nonresident bidders' home state. 32.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the State of Texas and under the laws of the State of Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all - . other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the same may be applicable. 32.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS INVITATION TO BID. BID SUBMITTAL ITB # 07-71 I -BM, Addendum # 3 *** REVISED*** BID SUBMITTAL UNIT PRICE BID CONTRACT DATE: ka-i L1 zec`7 PROJECT NUMBER: #07-711-BM —INFLUENT LIFT STATION REHABILITATION AT SEWRP BID of t?gc.y,/-/vl,— (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of a INFLUENT LIFT STATION REHABILITATION AT SEWRP having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. Estimated Item Quantity No. & Unit Description of Item Total Amount 1. 1 LS Furnish, deliver and install EIGHT (8) — adjustable frequency Drive packages by Square D. The material prices are guaranteed low price. MATERIALS: Three Hundred Twenty -One Thousand Six Hundred $ /LS( $321,600.00 ) LABOR: <, W Af w 5N WIOIpG' D F/lr%-% $ /LS( /) � ) Ob TOTAL ITEM #1:/LS( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 2. 1 LS Install 8 submersible pre -purchased by the City. Furnish all the fittings and relevant appurtenances for the installation of these pumps. T�fRj t-IkAl0A! V S40VE/y`tY JAVR TOTAL ITEM #2: -Ve"Oh! !W419W6�-' 1'40 AZ''i $ /LS( �'1-7 (Unit Price Amounts shall be shown in both words and numerals. In case ofdiscrepancy, the amount shown in words shall govem.) 3. 1 LS General Requirements 'ncludm mobilization, profit, supervision, etc. IV TOTAL ITEM #3: m8�$ /LS( 377 �i ZZ'j (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) t'� Bidder's Initials ITB # 07-711-BMAd3 ITB # 07-711-13M, Addendum # 3 Estimated Item Quantity No. & Unit Description of Item Total Amount 4. 1 LS Site work. TOTAL ITEM #4: /�%(/4f ��iD f ' �C%fj/jJ�� $ /LS(_51,900 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 5. 1 LS Demolition of existing structures according to the plans. 01,C ff MA eP Ta25ZW 7AWMh10 � TOTAL ITEM #5: 1:2WR M/4014> FO�'Y-SeVISV ( $ / L S ( /'/2, 0417 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 6. 1 LS Construction of the electrical building including, earthwork, foundation, and superstructure accordingly to the plans. TOTAL ITEM #6: 771A fiF• ,MW 451rrl$_ /LS(�W3=) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 7. 1 LS Furnish and Install all the electrical equipment according to plans and specifications b'7Ae- 01146/0W ,46r /1/ tJ,S lJ end TOTAL ITEM #7: 7U-P it .cr / �'� ? 4S`2i " (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 8. 1 LS Two training sessions six -months apart for the operation and maintenance of the specified equipment in addition, the onsite startup services associated with Section 11060. TOTAL ITEM #8:-169l-/W"% 6V0 - • 9AWoo0jV )%r / L S ( , F, %SDI ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) TOTAL BID, ITEMS # 1 - #8: O/S�-�i'll/l�/ Sr�/=[.� /ItdNAed►� Sl,X7'Y NlrfS- &6 i � MATERIALS: T MU L�eED .1 LABOR: /G!PIY TOTAL BID ;70 ILL/Oft/ rhOW- IHIAIA&SO AINA7tfW ITEMS # 1 - #8: $ 2,517'66 7 � (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 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 substantially complete the project within 180 (ONE HUNDRED EIGHTY) 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 $1,000 (ONE THOUSAND DOLLARS) for each calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. Bidder's Initials ITB # 07-711-BMAd3 3 ITB # 07-711-BM, Addendum # 3 The Bidder agrees that this bid shall be good and may not be withdrawn for a period of forty-five (45) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Enclosed with this Bid is a Cashier's Check or Certified Check for ,,//4 Dollars ($ ,✓/A ) or a Bid Bond in the sum of S% AMOa—, i?i Dollars ($ which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the BID is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said BID; 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 contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcang an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Seal if Bidder is a Corporation) ArT'r �T. Secretary Bidder acknowledges receipt of the following addenda: Addenda No. 1 Date H k7 Addenda No. z Date w ,7 ley Addenda No. 3 Date , �. ,, / Addenda No L1 Date i /, , k r M/WBE Firm: - ITB # 07-711-BMAd3 Date: kam 2H 2,-e`7 Authorized Signature (Printed or Typed Name) WnOW-'/ - fy) K6G" JNG. Company 906 20.4;7 Address Lyaaa( K City, County 'T=X'-if , _ lqt loy State Zip Code Telephone: Cr4 - yyr- IVrl Fax: C06 - -/)/C-- /"(!;-i FEDERAL TAX ID or SOCIAL SECURITY No. Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder and Agent And Attached to Bid Submittal I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid. Mike P. Oles Contractor (Signature) Contractor (Print) CONTRACTOR'S FIRM NAME: Brown -McKee, Inc. (Print or Type) CONTRACTOR'S FIRM ADDRESS: P. 0. Box 3279 Lubbock, Texas 79452-3279 NqrneofAgentBroker: J. E. Murfee & Son Insurance gent /-Broker (Signature) Address of Agent/Broker: 1310 Texas Avenue City/State/Zip: Lubbock, Texas 79401 Agent/Broker Telephone Number: ( 806 ) 763-5311 Date: 4 - 24 -07 NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bid and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Public Works Contracting Officer for the City of Lubbock at (806) 775-2163. BID #07-711-BM — INFLUENT LIFT STATION REHABILITATION AT SEWRP SAFETY RECORD QUESTIONNAIRE (Must Be Submitted With Bid Submittal) The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government ?ode, and consider the safety records of potential contractors prior to awarding bids on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a bidder prior to awarding bids on City contracts. The definition and criteria for determining the safety record of a bidder for this consideration shall be: The City of Lubbock shall consider the safety record of the bidders in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the bidder for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the der and his or her ability to perform the services or goods required by the bid documents in a safe environment, both for the workers and other employees of bidder and the citizens of the City of Lubbock. In order to obtain proper information from bidders so that City of Lubbock may consider the safety records of potential contractors prior to awarding bids on City contracts, City of Lubbock requires that bidders answer the following three (3) questions and submit them with their bids: QUESTION ONE Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO — If the bidder has indicated YES for question number one above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. _61rl - Bidder's Initials QUESTION TWO Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of enviromnental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO � If the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. OUESTION THREE Has the bidder, or the firm, corporation, partnership, or institution represented by bidder, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO — If the bidder has indicated YES for question number three above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or omissions may cause my bid to be rejected. Signature tll�� e--- 157//) 6�z Title 11 SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: FEDERAL TAX Ill or SOCIAL SECURITY No. ITS a c= ¢ A,- . Signature of Company Official: ]:Z�Ic—. . Printed name of company official signing above: Date Signed:'%% 7 No Text STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) BOND NO. 5 4 -14 6 6 6 0 KNOW ALL MEN BY THESE PRESENTS, that BROWN-MCKEE, INC. (hereinafter called the Principal(s), as Principal(s), and UNITED FIRE & CASUALTY COMPANY (hereinafter called the Suret b a?II t (7N ai P M&D UFTl M l�I Mi if M d the Obligee), in the amount ofgIxTY—fiIx AND NO/100------oars ($ mof the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, 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 12 TH day of MAY , 20 07 , to BID #07-711-BM INFLUENT LIFT STATION REHABILITATION AT SOUTHEAST WATER RECLAMATION PLANT 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 contract, 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 Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 16 TH day of MAY 2007 . UNITED FIRE & CASUALTY COMPANY Surety *By: W-tJt..l a Ati1 (Title) DEEDEE BRINKER ATTORNEY -IN -FACT BROWN-MCKEE, INC. (Company Name) By: MIKE P. OLES (PrinYted��Name) 2?, (Signature) PRESIDENT (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates DEEDEE BRINKER 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. UNITED FIRE & CASUALTY COMPANY Surety (Title) DEEDEE BRINKER ATTORNEY —IN -FACT Approved as to form: City of Lubbock `' �, eF tto ey * 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. P PERFORMANCE BOND STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) BOND NO. 5 4 -14 6 6 6 0 KNOW ALL MEN BY THESE PRESENTS, that BROWN-MCK ere. 'Re' called the Principal(s), as Principal(s), and UNITED FIRE & CASUALTY COMPANY (hereinafter called the Suretyl(lOargt( a;anUfilu}1}q,kefLVtLVktwVmonDc1�i the Obligee), in the amount ofSIXTY-SIX AND NO/100------ - oarseyof the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, 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 12 THlay of MAY , 200 7, to BID # 0 7 — 711—BM INFLUENT LIFT STATION REHABILITATION AT SOUTHEAST WATER RECLAMATION PLANT 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 perform 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 Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 16TH day of MAY , 2007 . UNITED FIRE & CASUALTY COMPANY Surety *By: ICJ -!- (Title) DEEDEE BRINKER - ATTORNEY -IN -FACT BROWN-MCKEE, INC. (Company Name) By: MIKE P. OLES (Printed Name) -% (Signature) PRESIDENT (Title) No Text The undersi ed curet company represents that it is duly qualified to do business in Texas, and hereby designates DEEDEEBRIN�ent 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. UNITED FIRE & CASUALTY COMPANY Surety *By: (Title)DEEDEE BRINKER ATTORNEY —IN —FACT Approved as to Form City of Lubbock By: Cl y ttorney * 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. 2 No Text r to UNITED FIRE GROUP IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: United Fire & Casualty Company United Life Insurance Company Addison Insurance Company Lafayette Insurance Company Insurance Brokers & Managers, Inc. American Indemnity Companies You may call United Fire Group's toll free telephone number for information or to make a complaint at: 800-343-9130 You may also write to United Fire Group at: United Fire Group Attn: Bond Department P.O. Box 73909 Cedar Rapids, IA 52407-3909 -or street address - United Fire Group Attn: Bond Department 118 Second Avenue SE Cedar Rapids, IA 52401 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 800-252-3439 You may write the Texas Department of Insurance at: P.O. Box 149104 Austin, TX 78714-9104 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253.48, Governmental Code, and Section 53-202, Property Code, effective September 1, 2001. HOME OFFICE: 118 Second Avenue SE, PO Box 73909, Cedar Rapids, Iowa 52407-3909 Phone: 319-399-5790 FAX: 319-399-5425 1 1 No Text No Text CERTIFICATE OF INSURANCE CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: May 16, 2007 P.O. BOX2000, Suite 102 Influent Lift Station LUBBOCK, TX 79457 RPoE 0J)%0JECT:_ Rehahi 1 i t-at-i can a t Sewea THIS IS TO CERTIFY THAT Brown -McKee , Inc . 1. P . 0 . ox Z 79 (Name and Address of Insured) is, plant at the date of this certificate, insure y s Company with respect to the business operations hereinafter described; for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE V tR4L LIABILITY 12 Commercial General liability TLC 0 7 0 0 0 0 0 0. 0 0 General Aggregate $_> > Claims Made X Occurrence Products-Comp/Op AGG $ Personal & Adv. Injury $ 68 = Owner's & Contractors Protective Each Occurrence $ 1 , b u Fire Damage (Any one Fire) S-3 0-0� 000 . -00 , Med Exp (Any one Person) $ 5 , 0 0 0 . 0 0 Ar-TOMOTIkE LIABILITY BA8 7 3 6 C 0 8 0- 1/ 1/ 0 7 1/ 1/ 0 8 Any Auto 0 7 Combined Single Limit $_ 1,000,000.00 All Owned Autos J _ Bodily Injury (Per Person) S Scheduled Autos Hired Bodily In JmY (Per Accident) $ Autos Property Damage $ Non -Owned Autos G4R4 GE LIABILITY _ Any Auto Auto Only - Each Accident S — Other than Auto Only: Each Accident S Aggregate $ BUILDER'S RISK QT6604035B 1/1/07 1/1/08 X 100% of the Total Contract Price 7257TLC07 s2,319,666. _ LVSZA.LL.4TIONFLOaTER $ EXCESS LIABILITY Umbrella Form Each Occurrence S _ Other Than Umbrella Form Aggregate $ $ WORKERS C0.IIPENSATIONAND DTNUB 4 91 D 1/ 1/ 0 7 1/ 1/ 0 8 EkLPL0YERS' LIABILITY The Proprietor,' Y.Included 3 0 2 0 0 7 Statutory Limits Parmers,' xecutive t.i Excluded Each Accident S 1 Q Q.r Officers are: �0 Disease Policy Limit S i U U U Disease -Each Employee $ 0 ODYER 00 .00 .00 The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, inless than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE The Travelers Insurance —Co. )!,KTST BE SENT TO THE CITY OF LUBBOCK (Name of Insurer) By- ance ur e Title: A ent The Insurance Certificates Furnished shall name the City of Lubbock as a Primary Additional Insured on General Liability and Automobile Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. 1 f I I t COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BLANKET ADDITIONAL INSURED (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. WHO IS AN INSURED — (Section II) is amended to include any person or organization that you agree in a "written contract requiring insurance" to include as an additional insured on this Cover- age Part, but: a) Only with respect to liability for "bodily injury", "property damage" or "personal injury"; and b) If, and only to the extent that, the injury or damage is caused by acts or omissions of you or your subcontractor in the performance of "your work" to which the "written contract requiring insurance" applies. The person or organization does not qualify as an additional insured with respect to the independent acts or omissions of such person or organization. 2. The insurance provided to the additional insured by this endorsement is limited as follows: a) In the event that the Limits of Insurance of this Coverage Part shown in the Declarations exceed the limits of liability required by the "written contract requiring insurance", the in- surance provided to the additional insured shall be limited to the limits of liability re- quired by that "written contract requiring in- surance". This endorsement shall not in- crease the limits of insurance described in Section III — Limits Of Insurance. b) The insurance provided to the additional in- sured does not apply to "bodily injury", "prop- erty damage" or "personal injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or sur- veying services, including: L The preparing, approving, or failing to prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field or- ders or change orders, or the preparing, approving, or failing to prepare or ap- prove, drawings and specifications; and ii. Supervisory, inspection, architectural or engineering activities. CG D2 46 08 05 c) The insurance provided to the additional in- sured does not apply to "bodily injury" or "property damage" caused by "your work" and included in the "products -completed op- erations hazard" unless the "written contract requiring insurance" specifically requires you to provide such coverage for that additional insured, and then the insurance provided to the additional insured applies only to such "bodily injury" or "property damage" that oc- curs before the end of the period of time for which the "written contract requiring insur- ance" requires you to provide such coverage or the end of the policy period, whichever is earlier. The insurance provided to the additional insured by this endorsement is excess over any valid and collectible "other insurance", whether primary, excess, contingent or on any other basis, that is available to the additional insured for a loss we cover under this endorsement. However, if the "written contract requiring insurance" specifically requires that this insurance apply on a primary basis or a primary and non-contributory basis, this insurance is primary to "other insurance" available to the additional insured which covers that person or organization as a named insured for such loss, and we will not share with that "other insurance". But the insurance provided to the additional insured by this endorsement still is excess over any valid and collectible "other in- surance", whether primary, excess, contingent or on any other basis, that is available to the addi- tional insured when that person or organization is an additional insured under such "other insur- ance". 4. As a condition of coverage provided to the additional insured by this endorsement: a) The additional insured must give us written notice as soon as practicable of an "occur- rence" or an offense which may result in a claim. To the extent possible, such notice should include: 0 2005 The St. Paul Travelers Companies, Inc. Page 1 of 2 �Y COMMERCIAL GENERAL LIABILITY i. How, when and where the 'occurrence" or offense took place; ii. The names and addresses of any injured persons and witnesses; and III. The nature and location of any injury or damage arising out of the 'occurrence" or offense. b) If a claim is made or "suit" is brought against the additional insured, the additional insured must: i. Immediately record the specifics of the claim or "suit" and the date received; and ii. Notify us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or "suit' as soon as practicable. c) The additional insured must immediately send us copies of all legal papers received in connection with the claim or "suit', cooperate with us in the investigation or settlement of the claim or defense against the "suit', and otherwise comply with all policy conditions. d) The additional insured must tender the de- fense and indemnity of any claim or "suit' to Page 2 of 2 any provider of "other insurance" which would cover the additional insured for a loss we cover under this endorsement. However, this condition does not affect whether the insur- ance provided to the additional insured by this endorsement is primary to 'other insur- ance" available to the additional insured which covers that person or organization as a named insured as described in paragraph 3. above. 5. The following definition is added to SECTION V. — DEFINITIONS: "Written contract requiring insurance" means that part of any written contract or agreement under which you are required to include a person or organization as an additional in- sured on this Coverage Part, provided that the "bodily injury" and "property damage" oc- curs and the "personal injury" is caused by an offense committed: a. After the signing and execution of the contract or agreement by you; b. While that part of the contract or agreement is in effect; and c. Before the end of the policy period. 0 2005 The St. Paul Travelers Companies, Inc. CG D2 46 08 05 No Text CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: May 16 , 2007 P.O. BOX 2000, Suite 102 T (�F�L�t In l e f t S t t' on LUBBOCK, TX 79457 Brown -McKee, Inc., , P tT x-3�/�OJECT: Keg'HeYlt��ion t� ewer 1 0 [THIS IS TO CERTIFY THAT (Name and Address of Insured) is, P 1 ant at the date of this certificate, msur y s Company wi re pert to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the bi ther Fhereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GEXERAL LLABILITY Commercial General Liability General Aggregate S _ Claims Made Products-Comp/Op AGG S 77 Occurrence Personal & Adv. Injury S 77, Owner's & Contractors'Protective Each Occurrence S r Fire Damage (Any one Fire) S heed Exp (Any one Person) c dI-TOIdOTIYE LIABILITY _ Any Auto Combined Single Limit S u All Owned Autos Bodily Injury (Per Person) S _ Scheduled Autos BodilyInjury fury (Per Accident) S Hired Autos Property Damage S 71 Non -Owned Autos GARAGE LIABILITY _ Any Auto Auto Only - Each Accident S Other than Auto Only: Each Accident S Aggregate $ BUILDER'S RISK L 100% of the Total Contract Price S NSTALLATIONFLOATER S EXCESS LLABILITY Umbrella NHA0 3 7 9 5 4 1/ 1/ 0 7 1/1/09 Form Each Occurrence Q Q Q Q , _ Other Than Umbrella Form Aggregate S WORKERS COMPE><SATIONAND L.VPLOYERS' LIABILITY The Proprietor/ i included Statutory Limits Parmers:"Executive is Excluded Each Accident S Officers are: Disease Policy Limit S Disease -Each Employee S OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE RSUI Indemnity Company _NfiTST BE SENT TO THE CITY OF LUBBOCK (N WIner) By T. Maes Title: i, The Insurance Certificates Furnished shall name the City of Lubbock as a Primary Additional Insured on General Liability and Automobile Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. r a CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Suite 102 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY 1 44 Commercial General Liability General Aggregate $ 1 Claims Made Products-Comp/Op AGG $ [ I Occurrence Personal & Adv. Injury $ F i Owner's & Contractors Protective Each Occurrence $ Fire Damage (Any one Fire) $ $ Med Exp (Any one Person) AUTOMOTIVE LIABILITY U Any Auto Combined Single Limit $ Cl All Owned Autos Bodily Injury (Per Person) $ U Scheduled Autos Bodily hijury (Per Accident) $ ri Hired Autos Property Damage $ P Non -Owned Autos ri GARAGE LIABILITY r"i Any Auto Auto Only - Each Accident $ C Other than Auto Only: Each Accident $ Aggregate $ ri BUILDER'S RISK %i 100% of the Total Contract Price $ [ 1 INSTALLATION FLOATER $ EXCESS LIABILITY ❑ Umbrella Form Each Occurrence $ Aggregate $ U. Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ rl Included Statutory Limits Partners/Executive %1 Excluded Each Accident $ Officers are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE (Name of Insurer) MUST BE SENT TO THE CITY OF LUBBOCK By: The Insurance Certificates Furnished shall name the City of Lubbock as a Primary Additional Insured on General Liability and Automobile Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. 1 CONTRACTORCHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, 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. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. 2 REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must (see reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512) 440- 3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the "- provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. 3 mof1117:t�111 CONTRACT #7601 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this W' day of May, 2007 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and Brown -McKee, Inc. of the City of Lubbock, County of Lubbock and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID #07-711-BM - INFLUENT LIFT STATION REHABILITATION AT SOUTHEAST WATER RECLAMATION PLANT - $2,319,666.00 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. Brown - McKee, Inc.'s bid dated April 24, 2007 is incorporated into and made a part of this 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 bid 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. CONTRACTOR: 13� wN- IM c g /NC _ By: PRINTED NAME: All a6S TITLE: COMPLETE ADDRESS: -` Company hP-6 ojxl - /y�`G�L , �•yG Address?©, /fox 327�� City, State, Zip , dblbc�cA. X 2545�2 -` ATTEST: Corporate Secretary MAYORFNA 'D i -- -i.. WAR I", W• I)' GENERAL CONDITIONS OF THE AGREEMENT GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit Brown -McKee. Inc. who has agreed to perform the work embraced in this contract, 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, City of Lubbock, or its representative WOOD FRANKLINCHIEF WATER UTILITIES ENGINEER, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 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 responsibility 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. 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 the party who gives the notice. CONTRACTOR'S RESPONS113ELITIES 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 documents. 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 documents 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 copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES - All lines and grades shall be furnished by the Owner's Representative whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative 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 Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative 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 has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. 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 the contract documents, and 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 decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 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 Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 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 its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that 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 Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's 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 itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials 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 affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all -- modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to 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 work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, 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 Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish 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 consent or 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 observation, 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. -, 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation - i that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, 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 Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. - If any such 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 Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, 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 approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase 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 case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for 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, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's bid, 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 Representative 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 commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' 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 matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery 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 compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements 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 Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative 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 insists 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) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the bid, 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 6 contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the bids are received, and if no such notice is received by the Owner's Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its 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 AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its 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 progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to . _ supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE u The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of `-' cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to _n the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a - subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, 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. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. A. General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard Personal Injury & Advertising Injury Contractual Liability - with Heavy Equipment Endorsement B. Owner's and Contractor's Protective Liability Insurance - NOT REQUIRED. C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $500,000 Combined Single Limit, to include (ANY AUTO) all owned - = and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. The City is to be named as a primary 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/Installation Floater Insurance. The Contractor shall obtain a Builder's Risk policy in the amount of 100% of the total contract price (100% of potential loss) naming the City of Lubbock as insured. _., E. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The Contractor shall have Umbrella Liability Insurance in the amount of $1,000,000 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 9 (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10 G 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: 11 (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30-point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 8001372-7713 or 5121804-4000 (http://www.twcc.state.musltwcccontacts.him to receive information of the legal requirements for coverage, to verify whether your employer has provided the required _ . coverage, or to report an employer's failure to provide coverage; " and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all 12 coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter 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. 13 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. 32. 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 affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposingding and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar 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. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its 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 its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL 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 documents, 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 as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, - then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner 14 may withhold permanently from Contractor's total compensation, the sum of $1,000 (ONE THOUSAND DOLLARS) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends 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 several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its bid 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 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its 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, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to u... affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge 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 15 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 sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. 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, and only when same are expressly stated to be estimates, 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 bids offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, 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. 39. 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 Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the _. Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. 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 bid 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 Contractor 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. 41. 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 defective 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 contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 16 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial 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. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion 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 contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. 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. 17 Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE 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) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, 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. hi the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , 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 the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the 18 contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing 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 supplies 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 completed 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 completed by said Contractor, then the Contractor and/or its 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 newspaper 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. 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. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 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, if applicable, 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 certification of completion. 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, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, 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, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar 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, if applicable. 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 machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies 19 available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds 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. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense 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 or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its 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 observe Contractor's work during Contractor's 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. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at -' the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 20 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 21 CURRENT WAGE DETERMINATIONS RE: RESOLUTION NO.2002-R0483, NOVEMBER 14, 2002 Craft Acoustical Ceiling Installer Air Conditioner Installer Air Conditioner Installer -Helper Asbestos Worker Asbestos Supervisor Bricklayer Bricklayer -Helper Carpenter Carpenter -Helper Cement Finisher Drywall Hanger Electrician Electrician -Helper Equipment Operator -Heavy Equipment Operator -Light Fire Sprinkler Fitter -Journey Fire Sprinkler Fitter -Apprentice Floor Installer Glazier Insulator-Piping/Boiler Insulator -Helper Iron Worker Laborer -General Mortar Mixer Painter Plumber Plumber -Helper Roofer Roofer -Helper Sheet Metal Worker Sheet Metal Worker -Helper Welder -Certified EXHIBIT A City of Lubbock Building Construction Trades Prevailing Rates Hourly 11.50 12.00 7.50 9.00 12.50 12.50 7.00 11.00 7.00 9.00 11.00 15.00 8.00 10.00 9.00 18.00 10.00 9.50 10.50 10.50 7.00 11.00 6.00 6.00 9.50 12.50 7.00 9.00 7.00 10.00 7.00 11.00 01 f*aIs i11.118 3 Paving and Highway Construction Prevailing Wage Rates Craft Hourly Asphalt Heaterman 9.00 Asphalt Shoveler 7.50 Concrete Finisher 9.00 Concrete Finisher -Helper 7.50 Electrical Repairer -Equipment 12.50 Flagger 6.50 Form Setter 8.00 Form Setter -Helper 6.50 Laborer -General 6.00 Laborer -Utility 6.75 Mechanic 9.00 Mechanic -Helper 7.00 Power Equipment Operators Asphalt Paving Machine 9.00 Bulldozer 9.00 Concrete Paving Machine 9.00 Front End Loader 9.00 Heavy Equipment Operator 9.00 Light Equipment Operator 8.00 Motor Grader Operator 10.25 Roller 7.00 Scraper 7.50 Tractor -Trailer 8.50 Truck Driver -Heavy 8.00 Truck Driver -Light 7.00 2 EXHIBIT C Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT D Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. 9 SPECIFICATIONS City of Lubbock, Texas Southeast Water Reclamation Plant Influent Lift Station Rehabilitation I - 7 -40 61 Project Manual ............... ......... MICHAEL ROLAND HOLDER" ,, ............................... 93654 14w, C E t, BLACK & VEATCH CORPORATION Dallas, Texas B&V Project No. 140092 2007 ........... M.- 65138 qp/o &C,4 L AJ 154 LUBBOCK, TEXAS SOUTHWEST WATER RECLAMATION PLANT IMPROVEMENTS INFLUENT LIFT STATION REHABILITATION SPECIFICATIONS TABLE OF CONTENTS Subject SPECIFICATIONS Pages DIVISION 0 — CONDITIONS OF THE CONTRACT 00800 Special Conditions 1 : 5 DIVISION 1 — GENERAL REQUIREMENTS 01015 Project Requirements 1 : 13 01300 Submittals 1:6 01400 Quality Control 1 : 3 01500 Temporary Facilities 1 : 5 01605 General Equipment Requirements 1 : 1 01610 General Equipment Stipulations 1 : 3 01612 Shipping 1:1 01614 Handling and Storage 1 : 2 01620 Equipment Schedule 1 : 1 01650 Startup Requirements 1 : 3 DIVISION 2 — SITEWORK 02200 Earthwork 1:12 02522 Concrete Sidewalk, Curb, and Gutter 1 :3 DIVISION 3 — CONCRETE 03300 Cast -in -Place Concrete 1 : 20 03350 Concrete Placing, Finishing, and Curing 1 : 10 03430 Structural Precast Concrete 1 : 8 03600 Grout 1:2 (City of Lubbock, Texas ) TC-1 (Southeast Water Reclamation Plant) (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) TABLE OF CONTENTS (Continued) Subject Pages DIVISION 4 — MASONRY 04200 Building Masonry 1 : 13 DIVISION 5 — METALS 05550 Anchorage In Concrete and Masonry 1 : 5 05990 Structural and Miscellaneous Metals 1 : 7 DIVISION 6 —WOOD AND PLASTICS 06100 Rough Carpentry 1 : 3 06610 Fiberglass Reinforced Plastic Panels 1 : 3 DIVISION 7 — THERMAL AND MOISTURE PROTECTION 07181 Water Repellent Coatings 1 : 4 07532 Single -Ply Roofing, Fully Adhered 1 : 7 07600 Sheet Metal 1 : 4 07900 Caulking 1:4 DIVISION 8 — DOORS AND WINDOWS 08112 Stainless Steel Doors and Frames 1 : 5 08700 Finish Hardware 1 : 3 08800 Glass and Glazing 1 : 2 DIVISION 9 — FINISHES 09820 Cementitious Coating 1 : 2 09920 Architectural Painting 1 : 7 09940 Protective Coatings 1 : 15 (City of Lubbock, Texas ) TC-2 (Southeast Water Reclamation Plant) (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) TABLE OF CONTENTS (Continued) Subject Pages DIVISION 10 —SPECIALTIES 10990 Miscellaneous Specialties 1 : 2 DIVISION 11 — EQUIPMENT 11060 Equipment Installation 1 : 5 DIVISION 12 — FURNISHINGS — Not Used DIVISION 13 — SPECIAL CONSTRUCTION 13500 Computer Control System 1 : 22 13531 Remote Terminal Units 1 : 21 13531A PLC Input/Output List 1 :2 13550 Software Control Block Descriptions 1 : 11 13560 Instrumentation General Requirements 1 : 5 13563 Pressure and Level Instruments 1 : 9 13570 Panels, Consoles, and Appurtenances 1 : 01 13580 Uninterruptible Power Supply 1 : 7 13590 Network Systems 1 : 4 13584 Network Cable 1 : 10 DIVISION 14 — CONVEYING SYSTEMS — Not Used DIVISION 15 — MECHANICAL 15061 Ductile Iron Pipe 1 : 8 15180 Valve and Gate Actuators 1 :2 15650 Refrigeration Systems 1 : 19 (City of Lubbock, Texas ) TC-3 (Southeast Water Reclamation Plant) (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) TABLE OF CONTENTS (Continued) Subject DIVISION 16 — ELECTRICAL FIGURES Pages 16050 Electrical 1:32 16100 Electrical Equipment Installation 1 : 3 16310 Secondary Integral Unit Substations 1 : 16 16425 Switchboards 1:16 16480 600 Volt Class Motor Control Centers 1 : 13 Number Title Following Page 1-09940 Coating System Data Sheet 09940-15 2-09940 Coating System Data Sheet 09940-15 1-13560 Instrument Calibration Report 13560-5 1-16050 600 Volt, Single Conductor Lighting Cable 16050-32 (THHN-THWN) 2-16050 600 Volt, Single Conductor Power Cable 16050-32 (THHN-THWN) 4-16050 600 Volt, Single Triad Shielded Instrument 16050-32 Cable 7-16050 600 Volt, Multiconductor 14AWG Control 16050-32 Cable APPENDIX A — ADJUSTABLE FREQUENCY DRIVES PRENEGOTIATED EQUIPMENT SPECIFICATIONS A&P Assignment of and Payment for Prenegotiated Equipment 01300 Submittals (City of Lubbock, Texas ) TC-4 (Southeast Water Reclamation Plant) (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) im im TABLE OF CONTENTS (Continued) Subject Pages 01605 General Equipment Requirements 1 : 1 01610 General Equipmetn Stipulations 1 : 3 01612 Shipping 1:1 16150 Adjustable Frequency Drives 1 : 18 DRAWINGS E1 Standard Legend and Abbreviations EP Electrical Schematic (City of Lubbock, Texas ) TC-5 (Southeast Water Reclamation Plant) (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 00800 SPECIAL CONDITIONS - LIST OF SUBJECTS SC-1. CONTRACTOR'S INSURANCE SC-2. SPECIFICATIONS SC-3. DRAWINGS SC-4. ENGINEER SC-5. INDEMNIFICATION SC-6. RESPONSIBILITY FOR PAYMENT SC-7. DOCUMENTATION TO ACCOMPANY APPLICATIONS FOR PAYMENT SC-7.01. Materials and Equipment SC-7.02. Schedules and Data SC-7.03. Labor Standards Certificate SC-7.04. Final Payment SC-8. PARTIAL UTILIZATION SC-9. DELAYS AND DAMAGES SC-10. CORRECTION PERIOD SC-11. OVERTIME WORK SC-12. LEGAL ADDRESSES SC-13. UNDERGROUND INSTALLATIONS (City of Lubbock, Texas ) 00800 (Southeast Water Reclamation Plant ) -1- (influent Lift Station Rehabilitation ) (B&V PN 140092 ) SPECIAL CONDITIONS SCOPE. These Special Conditions amend or supplement the General conditions and other provisions of the Contract Documents as indicated herein. All provisions which are not so amended or supplemented remain in full force and effect. SC-1. CONTRACTOR'S INSURANCE. The Engineer shall be included as an additional insured on the Contractor's General Liability and Umbrella or Excess Liability policies. Contractor shall provide a Certificate of Insurance to Engineer, evidencing such endorsement prior to the start of any Work at the project site. Contractor's insurance carries shall wave all rights of subrogation against Engineer. SC-2. SPECIFICATIONS. The Specifications which govern the materials and equipment to be furnished and the Work to be performed under this Contract are listed in the Table of Contents at the beginning of this volume. SC-3. DRAWINGS. The Contract Drawings consist of 27 sheets. Sheet titles are listed on Sheet 1 of the Drawings. In addition, each sheet bears the following general title: LUBBOCK, TEXAS SOUTHEAST WATER RECLAMATION PLANT INFLUENT LIFT STATION REHABILITATION The Drawings referred to above are supplemented by drawings bound in the Specifications and listed in the Table of Contents. SC-4. ENGINEER. The term Engineer means Black & Veatch Corporation, including its 9 p � 9 respective officers, directors, partner, employees, and agents, acting within the scope of duties contained in the Contract Documents. The performance of Engineer's duties is intended to be for the sole and exclusive benefit of Owner. 4 SC-5 INDEMNIFICATION. To the fullest extent permitted by law, Contractor shall defend, indemnify, and hold harmless the Engineer and its officials, officers, directors, partners, consultants, agents, and employees for and against all claims, damages, losses, and expenses, direct, indirect, or consequential (including but not limited to fees and charges of engineers, architects, attorneys, and other professionals and court costs) arising out of or resulting from the performance of the work by the Contractor, and subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by law and regulations regardless of the negligence of any such party. However, this indemnity shall not apply to liability for bodily injury or death to persons or damage to property of any person or expenses in connection therewith caused by or resulting from defects in plans, designs or specifications prepared, approved or used by Engineer or negligence of Engineer in rendition or conduct of professional duties called for or arising out of the Contract and the plans, designs, or specifications which are part hereof. SC-6. RESPONSIBILITY FOR PAYMENT. Except for items specifically identified as provided by Owner. Contractor shall pay for all labor, materials, and other costs incurred under this Contract. (City of Lubbock, Texas ) 00800 (Southeast Water Reclamation Plant ) -2- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) SC-7. DOCUMENTATION TO ACCOMPANY APPLICATIONS FOR PAYMENT. - Contractor's Applications for Payment shall be accompanied by the documentation specified herein. SC-7.01. Materials and Equipment. If payment is requested for materials and equipment not incorporated in the Work but delivered and suitably stored at the site or at another location agreed to in writing the Application for Progress Payment shall be accompanied by such data satisfactory to Owner, as will establish Owner's title to the materials and equipment and protect his interest therein, including applicable insurance. Payments for such materials and equipment shall be based only upon the actual costs of the materials and equipment, subject to provisions in submittals Section 01300, to Contractor and shall not include any overhead or profit to Contractor. SC-7.02. Schedules and Data. Each Application for Progress Payment shall be accompanied by Contractor's updated schedule of operations, or progress report, with such shop drawings schedules, procurement schedules, value of material on hand included in application, and other data specified in Division 1 or reasonably required by Engineer. SC-7.03. Labor Standards Certificate. As provided under Labor Standards, each Application for Payment shall be accompanied by a certificate that all labor standards requirements have been fulfilled. This is required from the Contractor and all subcontractors. SC-7.04. Final Payment. Final Payment to the Contractor shall be made subject to his furnishing the Owner with a release in satisfactory form of all claims against the Owner arising under and by virtue of his contract, other than such claims, if any, as may be specifically expected by the Contractor from the operation of the release as provided under general and supplemental conditions elsewhere in this contract. The Owner, before paying the final estimate, may require the Contractor to furnish releases or receipts from all subcontractors having performed any work and all persons having supplied materials, equipment (installed on the Project) and services to the Contractor, if the Owner deems the same necessary in order to protect the Owner's interests. The Owner, however, may if it deems such action advisable make payment in part or in full to the Contractor without requiring the furnishing of such releases or receipts and any payments so made shall in no way impair the obligations of any surety or sureties furnished under this Contract. Withholding of any amount due the Owner, under general and/or supplemental conditions regarding "Liquidated Damages," shall be deducted from the final payment due the Contractor. SC-8. PARTIAL UTILIZATION. Owner has the right to take possession of or use any completed or substantially completed portions of the work at any time, but such taking possession or use will not be deemed an acceptance of any work not completed in accordance with the Contract Documents. (City of Lubbock, Texas ) 00800 (Southeast Water Reclamation Plant ) -3- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Owner's use of any facilities so identified in the Contract Documents will not be grounds for extension of the Contract Time or change in the Contract Price. Owner's use of any facilities not specifically identified in the Contract Documents will be in accordance with conditions agreed to prior to such use, and any extra costs or delays on completion incurred and properly claimed by Contractor will be equitably adjusted with a Change Order. Facilities substantially completed in accordance with the Contract Documents which are occupied or used by Owner prior to Substantial Completion of the entire Work will be defined by Engineer in a written notice to Owner and Contractor fixing the responsibility for insurance, maintenance, heat, and utilities on that part of the Work and including a tentative list of items to be completed or corrected before final acceptance. Guarantee periods for accepted or substantially completed Work, including mechanical and electrical equipment, will commence upon the start of continuous use by Owner. All tests and instruction of Owner's personnel must be satisfactorily completed, and Owner shall assume responsibility for and operation of all facilities occupied or used except as may arise through portions of the Work not yet completed by contractor. The following facilities are subject to partial utilization by the Owner: Influent lift station SC-9. DELAYS AND DAMAGES. Contractor shall accept the risk of any delays caused by the rate of progress of the work to be performed under other contracts. In the event Contractor is delayed in the prosecution and completion of the Work because of such conditions, Contractor shall have no claim against Owner for damages or contract adjustment other than an extension of Contract Time and the waiving of liquidated damages during the period of time occasioned by the delay. Time limitations required by Owner shall be for the benefit of Owner and contractors under other contracts who have entered into such contracts with Owner in reliance on the time limitations set forth in these Contract Documents. Any claim by Contractor for damages due to delay another contractor shall be asserted against that contractor. SC-10. CORRECTION PERIOD. Nothing in General Conditions Article 45 concerning the correction period shall establish a period of limitation with respect to any other obligation which Contractor has under the Contract Documents. The establishment of time periods relates only to the specific obligations of Contractor to correct the work, and has no relationship to the time within which his obligations under the Contract Documents may be sought to be enforced, nor to the time within which proceedings may be commenced to establish his liability with respect to his obligations other than to specifically correct the work. SC-1 1. OVERTIME WORK. No work shall be done between 6:00 pm and 7:00 am nor on Sundays or legal holidays without permission of Owner. However, emergency work may be done without prior permission. (City of Lubbock, Texas ) 00800 (Southeast Water Reclamation Plant ) -4- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Night work may be undertaken as a regular procedure with the permission of Owner; such permission, however, may be revoked at any time by Owner if Contractor fails to maintain adequate equipment and supervision for the proper prosecution and control of the Work at night. SCA 2. LEGAL ADDRESSES. The business address of Contractor given in the Bid Proposal and Contractor's office in the vicinity of the Work are both hereby designed as the places to which all notices, letters, and other communication to Contractor will be mailed or delivered. The address of Owner, Post Office Box 2000, Lubbock, Texas 79457, is hereby designated as the place to which all notices, letters, and other communication to Owner shall be mailed or delivered. Either party may change his address at any time by an instrument in writing delivered to Engineer and to the other party. SCA3. UNDERGROUNG INSTALLATION. Existing underground installations are indicated on the Drawings only to the extent such information was made available to or discovered by Engineer in preparing the drawings. There is no guarantee as to the accuracy or completeness thereof is expressly disclaimed. Generally, service connections are not indicated on the Drawings. Contractor shall be responsible for discovery of existing underground installations, in advance of excavating or trenching, by contacting all local utilities and by prospecting. (City of Lubbock, Texas ) 00800 (Southeast Water Reclamation Plant ) -5- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 01015 PROJECT REQUIREMENTS 1. GENERAL DESCRIPTION OF WORK. The Work to be performed under these Contract Documents is generally described as follows: The rehabilitation of the existing plant Influent Lift Station consists of replacing existing screw pumps with new Owner -furnished submersible pumps, and construction of new support facilities associated with the new pumps. The Work includes the following major items: • Removal and disposal of four existing screw pumps, drive units, and accessories. Screw pump motors shall remain the property of the Owner. • Disposal of a fifth screw pump and drive unit located at the sludge drying beds on the plant site. • Installation of eight new Owner -furnished submersible pumps. • Removal and permanent re -installation of two of the eight new Owner - furnished submersible pumps which have been temporarily installed by the Owner. • Repair and coating of concrete surfaces in five existing screw pump channels and wet -wells. • Furnishing, installation and painting of new ductile iron discharge piping for the new Owner -furnished submersible pumps, including pipe supports, Owner -furnished cover panels, pump access platforms and frames, and other miscellaneous items. • Installation of temporary electric power and controls for six of the eight new Owner -furnished submersible pumps. Temporary power includes installation of new 250 amp breakers in the existing screw pump MCC located in the Headworks Building, re -use of the screw pump power feed cable, installation of a new duplex pump starter panel (using reduced -voltage starters) for each of three pairs of pumps, pump control level sensor and transmitter, and conduit for each pump power cable. Starter panels shall be located adjacent to the screw pump drive units. • Installation of permanent electric power and controls for all eight of the Owner -furnished submersible pumps, as well as all permanent electrical work by the Electrical Subcontractor. • Removal by Flygt pump supplier of two 2,000 gpm temporary submersible pumps installed by the Owner. • Construction of a new masonry and concrete Electrical Building, with associated yard work and electrical duct banks. (City of Lubbock, Texas ) 01015 (Southeast Water Reclamation Plant ) -1- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) • Furnishing and installation of eight new adjustable frequency drives (AFD's) in the new Electrical Building. • Furnishing and installation of all electrical gear in the new Electrical Building, including MCC and appurtenant items, RTU, cable and conduit by the Electrical Subcontractor. Connections shall be made to the AFD's set by the pump supplier. Also included are all yard electrical items at the existing switchgear and transformers and all yard cable and conduit. • Other miscellaneous items described in the drawings and specifications. Since the Influent Lift Station must be kept in service throughout construction, the items of work described above cannot proceed all at the same time. The work must be constructed in sequence to maintain the required flow capacity as described later in this specification section. The Owner has previously negotiated an equipment price for the eight new Square D adjustable frequency drives. This equipment cost has been included in the Bid Proposal. Contractor shall provide a cost for installation and testing of the drives. 2. UNITS OF MEASUREMENT. Both inch -pound (English) and SI (metric) units of measurement are specified herein; the values expressed in inch -pound units shall govern. 3. OTHER CONSTRUCTION CONTRACTS. Not Used. 4. COORDINATION. See paragraph 8.02, Delivery, herein. 5. WORK BY PUBLIC UTILITIES. Not Used. 6. WORK BY OWNER. Owner shall perform certain activities in connection with the Project with its own personnel as follows: The Owner is to provide all PLC and HMI configuration programming. The Contractor is responsible for installation of the new RTU and enclosure, field wiring to the new enclosure's terminal strips, providing 1/0 checkout and loop testing to verify wiring as part of the site acceptance testing with coordination with Owner's configuration personnel. 7. PROCUREMENT CONTRACTS. Not Used. 8. ITEMS FURNISHED BY OWNER. The items of equipment and materials described in the following subparagraphs shall be furnished by Owner for installation under this Contract. (City of Lubbock, Texas ) 01015 (Southeast Water Reclamation Plant ) -2- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Shop and installation drawings pertaining to the equipment and accessories will be furnished to Contractor upon completion of review by Engineer. 8.01. For Installation Under Contract. a. Pumping Units. Eight Flygt submersible pumps, including the pump, discharge base elbow, upper guide rail bracket, guide rails, lift chain, anchor bolts, and attached 70 feet of electrical cable. b. Aluminum Cover Panels. Contractor shall coordinate with Owner on which aluminum panels shall be reused to cover Channel No. 3. 8.02. Delive . All materials and equipment furnished by Owner will be delivered to the Southeast Water Reclamation Plant (SEWRP). Five of the pumps are currently available, and the remaining three pumps are estimated to arrive at the end of April 2007. The Owner does not guarantee the delivery date of the pumps. The Contractor shall allow float time in his schedule and claims for delay in work due to delivery of the pumps will not be considered. 9. RESPONSIBILITY FOR MATERIALS AND EQUIPMENT. 9.01. Items Furnished by Owner. Contractor's responsibility for materials and equipment by Owner shall begin at the point of delivery on acceptance by Contractor. Contractor shall carefully examine each shipment prior to acceptance and shall reject all defective items. Owner reserves the right, however, to accept items rejected by Contractor and to authorize their installation in the Work. Defective materials and equipment discovered after installation and prior to final acceptance of the Work, where the defect is of a nature not detectable by visual examination and other appropriate field inspection methods, shall be replaced by Owner, together with such additional materials and supplies as may be necessary for their replacement. Contractor shall furnish all necessary tools, equipment, and appliances, and perform all necessary labor, for the removal and replacement of such defective items in a manner acceptable to Engineer; adjustment to the Contract Price for the costs of the removal and replacement - 3 shall be made in accordance with Article 24 of the General Conditions. All materials and equipment furnished by Owner which disappear or are damaged after their acceptance by Contractor shall be replaced by and at the expense of Contractor. Replacements shall conform to the original procurement specifications. 9.02. Items Furnished by Contractor. Contractor shall be fully responsible for all materials and equipment which it has furnished and which have been assigned w _t by Owner. (City of Lubbock, Texas ) 01015 (Southeast Water Reclamation Plant ) -3- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 9.03. Delivery and Handling of Items Furnished by Owner. Equipment and materials furnished by Owner for installation under this Contract will be delivered f.o.b. cars or trucks to the SEWRP. Contractor shall be responsible for all unloading, reloading, transporting to the site, storage if necessary, rehandling, and installation. All items shall be unloaded promptly after arrival. All charges for demurrage due to negligence or delay by Contractor shall be paid by Contractor. Equipment and materials shall be handled by methods which will prevent damage. Equipment and materials shall be protected from exposure to the elements. All equipment shall be stored in accordance with the requirements of the Contract Documents. All equipment shall be arranged and installed as indicated on the Drawings, and in conformity with installation drawings and instructions furnished to Owner by the manufacturer of the equipment. The submersible pumps to be furnished by Owner shall be installed under the t- supervision of an experienced erection supervisor whose services are not included as a part of the equipment procurement contract and will be provided by Contractor. Before being placed in operation, all equipment furnished by Owner and installed under this Contract will be inspected, checked, and adjusted by an experienced and competent technical representative of the equipment manufacturer. The technical representative will also place the equipment in initial operation under both trial and full load conditions and determine whether its operation is satisfactory and proper. This service is not included as part of the equipment procurement contract and will be provided by Contractor, as set forth in the Quality Control section. 10. OFFSITE STORAGE. Offsite storage arrangements shall be approved by Owner for all materials and equipment not incorporated into the Work but included in Applications for Payment. Such offsite storage arrangements shall be presented in writing and shall afford adequate and satisfactory security and protection. Offsite storage facilities shall be accessible to Owner and Engineer. 11. SUBSTITUTES AND "OR -EQUAL" ITEMS. Whenever a material or article is specified or described by using the name of a proprietary product or the name of a particular manufacturer or vendor, and alternate brands are not specifically precluded, the specified item shall be understood as establishing the type, function, and quality desired. Requests for review of equivalency will not be accepted from anyone except Contractor, and such requests will not be (City of Lubbock, Texas ) 01015 (Southeast Water Reclamation Plant ) -4- f (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) considered until after the Contract has been awarded. Other manufacturers' products may be accepted, provided sufficient information is submitted to allow Engineer to determine that the products proposed are equivalent to those named. Such items shall be submitted for review by the procedure set forth in the Submittals section. 12. PREPARATION FOR SHIPMENT. All materials shall be suitably packaged to facilitate handling and protect against damage during transit and storage. Painted surfaces shall be protected against impact, abrasion, discoloration, and other damage. All painted surfaces which are damaged prior to acceptance of equipment shall be repainted to the satisfaction of Engineer. Each item, package, or bundle of material shall be tagged or marked as identified in the delivery schedule or on the Shop Drawings. Complete packing lists and bills of material shall be included with each shipment. 13. SALVAGE OF MATERIALS AND EQUIPMENT. Existing materials and equipment removed shall become Contractor's property, except the following items which shall remain Owner's property. a. Motors for the four 84-inch screw pumps. b. Two 2,000 gpm temporary pumps currently installed in Channel 1. Contractor shall carefully remove, in a manner to prevent damage, all materials and equipment specified or indicated to be salvaged or to remain the property of Owner. Contractor shall store and protect salvaged items. Contractor shall coordinate with Owner on location of salvage item delivery. Any items specified or indicated to be salvaged which are damaged in removal, storage, or handling through carelessness or improper procedures shall be replaced by Contractor in kind or with new items. Existing materials and equipment removed by Contractor shall not be reused in the Work, except where so specified or indicated. In addition, the Contractor shall remove the additional screw pump currently being stored by the Owner at the abandoned sludge drying beds south of the Solids Handling Building. Contractor shall coordinate with the Owner on timing for removal of the screw. All items removed by Contractor and not salvaged by Owner, as well as excess construction materials and debris, shall be removed from the plant site by Contractor and disposed of at Contractor's expense. (City of Lubbock, Texas ) 01015 (Southeast Water Reclamation Plant ) -5- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 14. LAND FOR CONSTRUCTION PURPOSES. Contractor will be permitted to use available land belonging to Owner, on or near the Site, for construction purposes and for storage of materials and equipment. The location and extent of the area so used shall be as indicated on the Drawings. Contractor shall immediately move stored materials or equipment if any occasion arises, as determined by Owner, requiring access to the storage area. Materials or equipment shall not be placed on the property of Owner until Owner has agreed to the location to be used for storage. 14.01 EASEMENTS AND RIGHTS -OF -WAY. Contractor shall confine its construction operations within the limits indicated on the Drawings. Contractor shall use due care in placing construction tools, equipment, excavated materials, and pipeline materials and supplies in order to avoid damage to property and interference with traffic. 15. SEQUENCE OF WORK. Contractor shall include in his construction schedule the sequence of work for keeping existing operations in service during construction. Contractor shall incorporate the conditions and constraints of this section in his construction sequence. No attempt has been made to incorporate into this section all scheduling and sequencing provisions required to perform the Work. Contractor shall consider the following sequence of the Work in removing existing facilities from service. Owner may consider other work sequences proposed by Contractor if such sequences can be demonstrated to reduce the impact on existing operations, shorten the outage time of the facilities or reduce the time to place all of the Influent Lift Station pumps in operation. Contractor shall be responsible for scheduling construction work to insure that firm pumping capacity at the Influent Lift Station is at least 40 million gallons per day to the treatment plant is maintained throughout the Contract Time; where firm capacity means the capacity available with the largest operating installed pump out of service. All other existing treatment plant facilities must be kept in continuous operation throughout the construction period. No interruption will be permitted which adversely affects the degree of service provided. It is anticipated that in addition to the existing screw pumps LS-101, LS-102, LS- 103, and LS-104, two 2,000 gpm submersible pumps and two 6,000 gpm submersible pumps and associated piping are be temporarily installed by Owner in the wetwell of Influent Lift Station and in service prior to the Work commencing. Temporary power will be provided to those temporary pumps from the existing MCC at the Headworks Building. Currently, LS-101 and LS-104 are not functioning. (City of Lubbock, Texas ) 01015 (Southeast Water Reclamation Plant ) -6- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Contractor shall consider the following steps in his construction sequence: Step 1. Construct the new Electrical Building and continue until building structure and HVAC and lighting systems are complete. Install electrical duct banks. Step 2. Concurrent with Step 1: a. Remove Screw Pump LS-101 from Channel No. 4. b. Repair concrete surfaces of Channel No. 4 and install new Pumps RWW-P-1104A and RWW P-1104B, discharge piping, painting, grating and platform covers, junction boxes and conduit. Install temporary power feed from existing MCC and temporary controls, as described in Paragraph 1 of this specification. Step 3. Concurrent with Step 1, after Step 2: a. Remove screw pump LS-104 and two 2,000 gpm temporary submersible pumps from Channel No. 1. b. Repair concrete surfaces of Channel No. 1 and install new Pumps RWW P-1101A and RWW P-1101B, discharge piping, painting, grating and platform covers, junction boxes and conduit. Install temporary power feed from existing MCC and temporary controls. Step 4. Concurrent with Step 1, after Step 3: a. Disconnect power supply from the existing electrical room to pumps RWW P-1105A and RWW P-1105B, which are temporarily installed in Channel No. 5. b. Un-install Pumps RWW P-1105A and RWW P-1105B. Remove temporary piping and appurtenances associated with these pumps and repair concrete surfaces of channel No. 5. Permanently re -install pumps RWW-P-1105A and RWW P- 1105B, and associated items similar to above pumps. Install temporary power feed from existing MCC and temporary controls. Step 5. Concurrent with Step 1, after Step 4: a. Remove Screw Pump LS-103 from Channel No. 2 b. Repair concrete surfaces of Channel No. 2 and install new Pumps RWW-P-1102A and RWW-P-1102B, discharge piping, piping, grating and platform covers, junction boxes and conduit. Step 6. After Step 1 is complete: a. Install new electrical equipment and AFD's in new Electrical Building, electrical equipment in the existing Electrical Room of the Headworks Building, and electrical equipment at the existing switchgear and transformers. (City of Lubbock, Texas ) 01015 (Southeast Water Reclamation Plant ) -7- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) b. Install permanent power supply from Electrical Building to pumps and remove temporary power supply (one at a time) in Channels No. 1, No.2, No.4, and No.5. Step 7. After Step 6: a. Remove Screw Pump LS-102 from Channel No. 3 b. Repair concrete surfaces of Channel No. 3 and install existing aluminum covers provided by Owner over entire length of channel. Step 8. Complete all other items of work. Provided permission is obtained from Owner in advance, portions of the existing facilities may be taken out of service for short periods corresponding with periods of minimum service demands. Contractor shall provide temporary facilities and make temporary modifications as necessary to keep all other existing facilities in operation during the construction period. 16. NOTICES TO OWNERS AND AUTHORITIES. Contractor shall notify owners of adjacent property and utilities when prosecution of the Work may affect them. When it is necessary to temporarily deny access to property, or when any utility service connection must be interrupted, Contractor shall give notices sufficiently in advance to enable the affected persons to provide for their needs. Notices shall conform to any applicable local ordinance and, whether delivered orally or in writing, shall include appropriate information concerning the interruption and instructions on how to limit inconvenience caused thereby. Utilities and other concerned agencies shall be notified at least 24 hours prior to cutting or closing streets or other traffic areas or excavating near underground utilities or pole lines. 17. LINES AND GRADES. All Work shall be done to the lines, grades, and elevations indicated on the Drawings. Basic horizontal and vertical control points will be established or designated by Engineer to be used as datums for the Work. All additional survey, layout, and measurement work shall be performed by Contractor as a part of the Work. Contractor shall provide an experienced instrument person, competent assistants, and such instruments, tools, stakes, and other materials required to complete the survey, layout, and measurement work. In addition, Contractor shall furnish, without charge, competent persons and such tools, stakes, and other materials as Engineer may require in establishing or designating control (City of Lubbock, Texas ) 01015 (Southeast Water Reclamation Plant ) -8- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) points or in checking survey, layout, and measurement work performed by Contractor. Contractor shall keep Engineer informed, a reasonable time in advance, of the times and places at which it wishes to do Work, so that horizontal and vertical control points may be established and any checking deemed necessary by Engineer may be done with minimum inconvenience to Engineer and minimum delay to Contractor. Contractor shall remove and reconstruct work which is improperly located. 18. ALLOWANCES. Not Used. 19. CONNECTIONS TO EXISTING FACILITIES. Unless otherwise specified or indicated, Contractor shall make all necessary connections to existing facilities, including structures, drain lines, and utilities such as water, sewer, gas, telephone, and electric. In each case, Contractor shall receive permission from Owner or the owning utility prior to undertaking connections. Contractor shall protect facilities against deleterious substances and damage. Connections to existing facilities which are in service shall be thoroughly planned in advance, and all required equipment, materials, and labor shall be on hand at the time of undertaking the connections. Work shall proceed continuously (around the clock) if necessary to complete connections in the minimum time. Operation of valves or other appurtenances on existing utilities, when required, shall be by or under the direct supervision of the owning utility. 20. UNFAVORABLE CONSTRUCTION CONDITIONS. During unfavorable weather, wet ground, or other unsuitable construction conditions, Contractor shall confine its operations to work which will not be affected adversely by such conditions. No portion of the Work shall be constructed under conditions which would affect adversely the quality or efficiency thereof, unless special means or precautions are taken by Contractor to perform the Work in a proper and satisfactory manner. 21. CUTTING AND PATCHING. Contractor shall perform all cutting and patching required for the Work and as may be necessary in connection with uncovering Work for inspection or for the correction of defective Work. Contractor shall perform all cutting and patching required for and in connection with the Work, including but not limited to the following: Removal of improperly timed Work. Removal of samples of installed materials for testing. (City of Lubbock, Texas ) 01015 (Southeast Water Reclamation Plant ) -9- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Alteration of existing facilities. Installation of new Work in existing facilities. Contractor shall provide all shoring, bracing, supports, and protective devices necessary to safeguard all Work and existing facilities during cutting and patching operations. Contractor shall not undertake any cutting or demolition which may affect the structural stability of the Work or existing facilities without Engineer's concurrence. Materials shall be cut and removed to the extent indicated on the Drawings or as required to complete the Work. Materials shall be removed in a careful manner, with no damage to adjacent facilities or materials. Materials which are not salvable shall be removed from the site by Contractor. All Work and existing facilities affected by cutting operations shall be restored with new materials, or with salvaged materials acceptable to Engineer, to obtain a finished installation with the strength, appearance, and functional capacity required. If necessary, entire surfaces shall be patched and refinished. 22. ASBESTOS ABATEMENT. If, during the progress of the Work, suspected asbestos -containing products are identified, Contractor shall stop work in the affected area and engage an asbestos abatement Subcontractor to verify the materials and, if necessary, encapsulate, enclose, or remove and dispose of all asbestos in accordance with current regulations of the Environmental Protection Agency and the U. S. Department of Labor - Occupational Safety and Health Administration, the state asbestos regulating agency, and any local government agency. Payment for such work will be made by Change Order. 22.01. Subcontractor's Qualifications. The Subcontractor for asbestos abatement shall be regularly engaged in this type of activity and shall be familiar with the regulations which govern this work. The Subcontractor shall demonstrate to the satisfaction of Owner that it has successfully completed at least three asbestos abatement projects, that it has the necessary staff and equipment to perform the work, and that it has an approved site for disposal of the asbestos. Liability insurance covering the asbestos abatement work shall be provided as specified in the Supplementary Conditions. 22.02. Abatement Methods. The asbestos abatement Subcontractor shall submit a work plan of its proposed abatement procedure to Owner before beginning work and shall certify that the methods are in full compliance with the governing regulations. The work plan shall cover all aspects of the abatement, including health and safety of employees and building occupants, hygiene facilities, employee certification, clearance criteria, transportation and disposal, enclosure techniques, and other techniques appropriate for the proposed work. j (City of Lubbock, Texas ) 01015 (Southeast Water Reclamation Plant ) -10- f (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 23. CLEANING UP. Contractor shall keep the premises free at all times from accumulations of waste materials and rubbish. Contractor shall provide adequate trash receptacles about the Site and shall promptly empty the containers when filled. Construction materials, such as concrete forms and scaffolding, shall be neatly stacked by Contractor when not in use. Contractor shall promptly remove splattered concrete, asphalt, oil, paint, corrosive liquids, and cleaning solutions from surfaces to prevent marring or other damage. Volatile wastes shall be properly stored in covered metal containers and removed daily. Wastes shall not be buried or burned on the Site or disposed of into storm drains, sanitary sewers, streams, or waterways. All wastes shall be removed from the Site and disposed of in a manner complying with local ordinances and antipollution laws. Adequate cleanup will be a condition for recommendation of progress payment applications. 24. APPLICABLE CODES. References in the Contract Documents to local codes means any applicable Federal, State, and Municipal laws, code, and regulations, including, but not limited to, the requirements of the Occupational Safety Health Act of 1970. Other standard codes which apply to the Work are designated in the Specifications. 25. REFERENCE STANDARDS. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to the laws or regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code, or laws or regulations in effect at the time of opening of Bids (or on the effective date of the Contract or Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. However, no provision of any referenced standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of Owner, Contractor, or Consulting Engineer, or any of their subcontractors, consultants, agents, or employees from those set forth in the Contract Documents, nor shall any such provision or instruction be effective to assign to Owner, Consulting Engineer, or any of Engineer's CONSULTANTS, agents, or employees, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. (City of Lubbock, Texas ) 01015 (Southeast Water Reclamation Plant ) -11- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 26. ALTERNATIVES. Not Used. 27. PRECONSTRUCTION CONFERENCE. Prior to the commencement of Work at the Site, a preconstruction conference will be held at a mutually agreed time and place. The conference shall be attended by: Contractor and its superintendent. Principal Subcontractors. Representatives of principal Suppliers and manufacturers as appropriate. Engineer. Representatives of Owner and its Resident Project Representative. Government representatives as appropriate. Others as requested by Contractor, Owner, or Engineer. Unless previously submitted to Engineer, Contractor shall bring to the conference a preliminary schedule for each of the following: Progress Schedule. Procurement Schedule. Schedule of Values for progress payment purposes. Schedule of Shop Drawings and other submittals. The purpose of the conference is to designate responsible personnel and establish a working relationship. Matters requiring coordination will be discussed and procedures for handling such matters established. The agenda will include: Contractor's preliminary schedules. Transmittal, review, and distribution of Contractor's submittals. Processing Applications for Payment. Maintaining record documents. Critical Work sequencing. Field decisions and Change Orders. (City of Lubbock, Texas ) 01015 (Southeast Water Reclamation Plant ) -12- (influent Lift Station Rehabilitation ) (B&V PN 140092 ) Use of premises, office and storage areas, security, housekeeping, and Owner's needs. Major equipment deliveries and priorities. Contractor's assignments for safety and first aid. Engineer will preside at the conference and will arrange for keeping the minutes and distributing the minutes to all persons in attendance. 28. PROGRESS MEETINGS. Contractor shall schedule and hold regular progress meetings at least monthly and at other times as requested by Engineer, or required by progress of the Work. Contractor, Engineer, and all Subcontractors active on the Site shall be represented at each meeting. Contractor may at its discretion request attendance by representatives of its Suppliers, manufacturers, and other Subcontractors. Contractor shall preside at the meetings. Meeting minutes shall be prepared and distributed by Contractor. The purpose of the meetings will be to review the progress of the Work, maintain coordination of efforts, discuss changes in scheduling, and resolve other problems which may develop. 29. SITE ADMINISTRATION. Contractor shall be responsible for all areas of the Site used by it and by all Subcontractors in the performance of the Work. Contractor shall exert full control over the actions of all employees and other persons with respect to the use and preservation of property and existing facilities, except such controls as may be specifically reserved to Owner or others. Contractor shall have the right to exclude from the Site all persons who have no purpose related to the Work or its inspection. End of Section (City of Lubbock, Texas ) 01015 (Southeast Water Reclamation Plant ) -13- :. , (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 01300 ll wil 1. SHOP DRAWINGS AND ENGINEERING DATA. 1.01. General. Shop Drawings and engineering data (submittals) covering all equipment and all fabricated components and building materials which will become a permanent part of the Work under this Contract shall be submitted to Engineer or Contractor (as directed by Owner) for review, as required. Submittals shall verify compliance with the Contract Documents, and shall include drawings and descriptive information in sufficient detail to show the kind, size, arrangement, and the operation of component materials and devices; the external connections, anchorages, and supports required; the performance characteristics; and dimensions needed for installation and correlation with other materials and equipment. Each submittal shall cover items from only one section of the specification unless the item consists of components from several sources. When an item consists of components from several sources, Equipment Supplier's initial submittal shall be complete including all components. All submittals, regardless of origin, shall be approved by Equipment Supplier and clearly identified with the name and number of this Contract, Equipment Supplier's name, and references to applicable specification paragraphs and Contract Drawings. Each copy of all submittals, regardless of origin, shall be stamped or affixed with an approval statement of Equipment Supplier. Each submittal shall indicate the intended use of the item in the Work. When catalog pages are submitted, applicable items shall be clearly identified and inapplicable data crossed out. The current revision, issue number, and date shall be indicated on all drawings and other descriptive data. Equipment Supplier shall be solely responsible for the completeness of each submittal. Equipment Supplier's stamp or affixed approval statement of a submittal is a representation to Owner and Engineer that Equipment Supplier accepts sole responsibility for determining and verifying all quantities, dimensions, materials, catalog numbers, and similar data, and that Equipment Supplier has reviewed and coordinated each submittal with the requirements of the Work and the Contract Documents. All deviations from the Contract Documents shall be identified as deviations on each submittal and shall be tabulated in Equipment Supplier's letter of transmittal. Such submittals shall, as pertinent to the deviation, indicate essential details of all changes proposed by Equipment Supplier (including modifications to other facilities that may be a result of the deviation) and all required piping and wiring diagrams. (City of Lubbock, Texas ) 01300 (Southeast Water Reclamation Plant) -1- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) -3 Five copies (or one reproducible copy) of each drawing and the necessary data shall be submitted to Engineer. If submittal is made through Contractor, such additional copies as requested by Contractor shall be provided. Engineer will return two marked copies (or one marked reproducible copy) to Equipment Supplier or Contractor. Facsimile (fax) or electronic copies will not be acceptable. Engineer will not accept submittals from anyone but Equipment Supplier or Contractor. Submittals shall be consecutively numbered in direct sequence of submittal and without division by subcontracts or trades. 1.02. Engineer's Review of Submittals. Engineer's review of submittals covers only general conformity to the Drawings and Specifications, external connections, and dimensions that affect the layout; it does not indicate thorough review of all dimensions, quantities, and details of the material, equipment, device, or item covered. Engineer's review shall not relieve Equipment Supplier of sole responsibility for errors, omissions, or deviations in the drawings and data, nor of Equipment Supplier's sole responsibility for compliance with the Contract Documents. Engineer's submittal review period shall be 21 consecutive calendar days and shall commence on the first calendar day following receipt of the submittal or resubmittal in Engineer's office. The time required to mail the submittal or resubmittal back to Equipment Supplier shall not be considered a part of the submittal review period. When the drawings and data are returned marked "NOT ACCEPTABLE" or "RETURNED FOR CORRECTION", the corrections shall be made as noted thereon and as instructed by Engineer and five corrected copies (or one corrected reproducible copy) resubmitted. Facsimile (fax) or electronic copies will not be acceptable. When the drawings and data are returned marked "EXCEPTIONS NOTED", NO EXCEPTIONS NOTED", or RECORD COPY", no additional copies need be furnished unless specifically requested by Engineer. r 1.03. Resubmittal of Drawings and Data. Equipment Supplier shall accept full responsibility for the completeness of each resubmittal. Equipment Supplier shall verify that all corrected data and additional information previously requested by - Engineer are provided on the resubmittal. When corrected copies are resubmitted, Equipment Supplier shall direct specific attention to all revisions in writing and shall list separately any revisions made other than those called for by Engineer on previous submittals. Requirements specified for initial submittals shall also apply to resubmittals. Resubmittals shall bear the number of the first submittal followed by a letter (A, B, etc.) or a unique identification that indicates the initial submittal and correct sequence of each resubmittal. (City of Lubbock, Texas ) 01300 (Southeast Water Reclamation Plant) -2- (Influent Lift Station Rehabilitation ) i_ (B&V PN 140092 ) If more than one resubmittal is required because of failure of Equipment Supplier to provide all previously requested corrected data or additional information, Equipment Supplier shall reimburse Owner for the charges of Engineer for review of the additional resubmittals. This does not include initial submittal data such as shop tests and field tests that are submitted after initial submittal. Resubmittals shall be made within 30 days of the date of the letter returning the material to be modified or corrected, unless within 14 days Equipment Supplier submits an acceptable request for an extension of the stipulated time period, listing the reasons the resubmittal cannot be completed within that time. The need for more than one resubmittal, or any other delay in obtaining Engineer's review of submittals, will not entitle Equipment Supplier to extension of the Contract Times unless delay of the Work is the direct result of a change in the Work authorized by a Change Order or failure of Engineer to review and return any submittal to Equipment Supplier within the specified review period. 1.04. Color Selection. Equipment Supplier shall submit samples of colors and finishes for all accepted products before Engineer will coordinate the selection of colors and finishes with Owner. 2. OPERATION AND MAINTENANCE DATA AND MANUALS. Adequate operation and maintenance information shall be supplied for all equipment requiring maintenance or other attention. The Equipment Supplier shall prepare a project specific operation and maintenance manual for each type of equipment indicated in the individual equipment sections or the equipment schedule. Parts lists and operating and maintenance instructions shall be furnished for other equipment not listed in the individual equipment sections or the equipment schedule. Operation and maintenance manuals shall include the following: a. Equipment function, normal operating characteristics, and limiting conditions. b. Assembly, installation, alignment, adjustment, and checking instructions. C. Operating instructions for startup, routine and normal operation, regulation and control, shutdown, and emergency conditions. d. Lubrication and maintenance instructions. e. Guide to troubleshooting. Parts lists and predicted life of parts subject to wear. (City of Lubbock, Texas ) 01300 (Southeast Water Reclamation Plant) -3- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) g. Outline, cross section, and assembly drawings; engineering data; and wiring diagrams. h. Test data and performance curves, where applicable. The operation and maintenance manuals shall be in addition to any instructions or parts lists packed with or attached to the equipment when delivered, or which may be required by installing Contractor. Three preliminary copies of each manual, temporarily bound in heavy paper covers bearing suitable identification, shall be submitted to Engineer or Contractor as directed by Owner prior to the date of shipment of the equipment. After review by Engineer, three final hard copies and three electronic copies of each operation and maintenance manual shall be prepared and delivered to Engineer not later than 30 days prior to placing the equipment in operation. All material shall be marked with project identification, and inapplicable information shall be marked out or deleted. Shipment of equipment will not be considered complete until all required manuals and data have been received. 2.01. Hard Copy Operation and Maintenance Manuals. Hard copies for preliminary and final manuals shall be temporarily bound in heavy paper covers bearing suitable identification. All manuals and other data shall be printed on heavy, first quality 8-1/2 x 11 inch paper, with standard three -hole punching. Drawings and diagrams shall be reduced to 8-1/2 x 11 inches or 11 x 17 inches. Where reduction is not practicable, larger drawings shall be folded separately and placed in envelopes, which are bound into the manuals. Each envelope shall be suitably identified on the outside. Each volume containing data for three or more items of equipment shall include a table of contents and index tabs. The final hard copy of each manual shall be prepared and delivered in substantial, permanent, three-ring or three -post binders with a table of contents and suitable index tabs. 2.02. Electronic Operation and Maintenance Manuals. Each electronic copy shall be delivered on a unique CD-ROM in Adobe Acrobat's Portable Document Format (PDF). Scanned images shall be readable with a resolution between 300 and 600 dots per inch (dpi), depending on document type. Optical Character Recognition (OCR) capture shall be performed on these images. OCR settings shall be performed with the "original image with hidden text" option in Adobe Acrobat Exchange. (City of Lubbock, Texas ) 01300 (Southeast Water Reclamation Plant) -4- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) File size shall be limited to 10 MB. When multiple files are required the least number of files possible shall be created. File names shall use the "eight dot three" convention (XXXXX_YY.pdf), where X is the five digit number corresponding to the specification section, and YY is a two digit number set in sequential order when there is more than one PDF document (more than one O&M manual) per specification section. The initial filename for the O&M submittal will be provided with the request for final O&M manuals. Example: "11727_OO.pdf' is the first file of the Polymer Feed System ESM. Subsequent files shall be named, 11727_01.pdf, 11727_02.pdf, etc. Documents prepared in PDF format shall be processed as follows: 1. Pages shall be searchable (processed for optical character recognition) and indexed when multiple files are required. 2. Pages shall be rotated for viewing in proper orientation. 3. A bookmark shall be provided in the navigation frame for each entry in the Table of Contents. 4. Embed thumbnails shall be generated for each completed PDF file. 5. The opening view for PDF files shall be as follows: Initial View: Bookmarks and Page Page Number: Title Page (usually Page 1) Magnification: Set to Fit in Window Page: Single Page 6. Where the bookmark structure is longer than one page the bookmarks shall be collapsed to show the chapter headings only. 7. When multiple files are required the first file of the series (the parent file) shall list every major topic in the Table of Contents. The parent file shall also include minor headings bookmarked based on the Table of Contents. Major headings, whose content is contained in subsequent files (children) shall be linked to be called from the parent to the specific location in the child file. The child file shall contain bookmark entries for both major and minor headings contained in the child file. The first bookmark of any child file shall link back to the parent file and shall read as follows "Return to the Equipment Name Table of Contents", e.g. Return to the Polymer Feed System Table of Contents. 8. Drawings shall be bookmarked individually. 9. Files shall be delivered without security settings to permit editing, insertion and deletion of material to update the manual provided by the manufacturer. (City of Lubbock, Texas ) 01300 (Southeast Water Reclamation Plant) -5- (influent Lift Station Rehabilitation ) (B&V PN 140092 ) 2.03. Labeling. As a minimum, the following information shall be included on all final O&M manual materials, including CD-ROM disks, jewel cases, and hard copy manuals: Manufacturer's name. Equipment name and/or O&M title spelled out in complete words. Example: "Operations and Maintenance Manual" 1( /) Specification Section Number. Example: "Section 15500" Project Name. " City Project/Contract Number. "Contract No. " File Name and Date. Example: "15500_01.pdf', "5-05-02" End of Section (City of Lubbock, Texas ) 01300 (Southeast Water Reclamation Plant) -6- ` (Influent Lift Station Rehabilitation ) t_ (B&V PN 140092 ) Section 01400 QUALITY CONTROL 1. TESTING SERVICES. Testing services shall be provided in accordance with Paragraph 21 of the General Conditions. All tests to determine compliance with the Contract Documents shall be performed by an independent commercial testing firm acceptable to Engineer. The testing firm's laboratory shall be staffed with experienced technicians, properly equipped and fully qualified to perform the tests in accordance with the specified standards. Testing services provided by Owner are for the sole benefit of Owner; however, test results shall be available to Contractor. Testing necessary to satisfy Contractor's internal quality control procedures and to demonstrate compliance with the specifications shall be the sole responsibility of Contractor. 1.01. Testing Services Provided by Contractor. Unless otherwise specified, Contractor shall provide and pay for all testing services in connection with the following: Concrete materials and design mixtures. Concrete field control. (Minimum of one test sample from two different Electrical Building Foundation pours. Each sample shall have six cylinders for 7, 14 and 28 day breaks for lab cured and field cured conditions.) Masonry units and masonry grout and mortar materials and design mixtures. Tests of masonry prisms. Field control test of masonry. Moisture -density and relative density tests on embedment, fill, road subgrade, and backfill materials. In -place field density tests on embedments, fills, road subgrade, road base and backfill. (Four tests under Electrical Building footings and floor slab, and two tests in road subgrade and base course.) Embedment, fill, and backfill materials gradations and descriptions. All other tests and engineering data required for Engineer's review of materials and equipment proposed to be used in the Work. Contractor shall obtain Engineer's acceptance of the testing firm before having services performed, and shall pay all costs for these testing services. (City of Lubbock, Texas ) 01400 - (Southeast Water Reclamation Plant) -1- (Influent Lift Station Rehabilitation ) (B&V PN 1400092 ) 1.02. Testing Services provided by Owner. Unless otherwise specified, Owner shall provide for tests made on the following materials and equipment: Materials and equipment at the discretion of Owner. Arrangements for delivery of samples and test specimens to the testing firm's laboratory will be made by Owner. The testing firm's laboratory shall perform all laboratory tests within a reasonable time consistent with the specified standards and shall furnish a written report of each test. Contractor shall furnish all sample materials and cooperate in the testing activities, including sampling. Contractor shall interrupt the Work when necessary to allow testing, including sampling, to be performed. Contractor shall have no Claim for an increase in Contract Price or Contract Times due to such interruption. When testing activities, including sampling, are performed in the field by Engineer or laboratory personnel, Contractor shall furnish personnel and facilities to assist in the activities. 1.03. Transmittal of Test Reports. Written reports of tests and engineering data furnished by Contractor for Engineer's review of materials and equipment proposed to be used in the Work shall be submitted as specified for Shop Drawings. The laboratory retained by Owner will furnish four copies of a written report of each test. Two copies of each test report will be transmitted to the Resident Project Representative, one copy to Engineer, and one copy to Contractor, within 3 days after each test is completed. 2. SPECIAL INSPECTIONS. Not used. 3. OFFSITE INSPECTION. Not used. 4. MANUFACTURER'S FIELD SERVICES. Manufacturer's field services shall be as specified herein except as specifically specified in the respective equipment sections. 4.01. Services Furnished Under This Contract. An experienced, competent, and authorized representative of the manufacturer of each item of equipment for which field services are indicated in the respective equipment section or in the equipment schedule section shall visit the Site of the Work and inspect, check, adjust if necessary, and approve the equipment installation. In each case, the manufacturer's representative shall be present when the equipment is placed in operation. The manufacturer's representative shall revisit the jobsite as often as necessary until all trouble is corrected and the equipment installation and operation are satisfactory in the opinion of Engineer. (City of Lubbock, Texas ) 01400 (Southeast Water Reclamation Plant) -2- (Influent Lift Station Rehabilitation ) (B&V PN 1400092 ) Each manufacturer's representative shall furnish to Owner, through Engineer, a written report certifying that the equipment has been properly installed and lubricated; is in accurate alignment; is free from any undue stress imposed by connecting piping or anchor bolts; and has been operated under full load conditions and that it operated satisfactorily. All costs for these services shall be included in the Contract Price. End of Section (City of Lubbock, Texas ) 01400 (Southeast Water Reclamation Plant) -3- (Influent Lift Station Rehabilitation ) (B&V PN 1400092 ) Section 01500 TEMPORARY FACILITIES 1. UNITS OF MEASUREMENT. When both inch -pound (English) and SI (metric) units of measurement are specified herein, the values expressed in inch - pound units shall govern. 2. OFFICE AT SITE OF WORK. During the performance of this Contract, Contractor shall maintain a suitable office at or near the Site which shall be the headquarters of its representative authorized to receive drawings, instructions, or other communication or articles. Any communication given to the said representative or delivered at Contractor's office at the Site in the representative's absence shall be deemed to have been delivered to Contractor. Copies of the Drawings, Specifications, and other Contract Documents shall be kept at Contractor's office at the Site and available for use at all times. 3. WATER. Water in reasonable amounts required for and in connection with the Work to be performed will be furnished at existing fire hydrants by Owner without charge to Contractor. Contractor shall furnish necessary pipe, hose, nozzles, and tools and shall perform all necessary labor. Contractor shall make arrangements with the City Water Department (who will fix the time, rate, and duration of each withdrawal from the distribution system) as to the amount of water required and the time when the water will be needed. Unnecessary waste of water will not be tolerated. Special hydrant wrenches shall be used for opening and closing fire hydrants. In no case shall pipe wrenches be used for this purpose. 4. POWER. Power for heating, lighting, and operation of Contractor's plant and equipment in connection with the Work to be done under this Contract shall be provided by Owner without charge to Contractor, subject to the following conditions: a. The existing heating system will remain in operation and may be -' utilized by Contractor to the extent available. b. Existing lighting systems may be utilized by Contractor to the extent available. Any necessary additional or temporary lighting systems shall be provided by Contractor at no additional cost to Owner. C. Power will be available at existing power panels at the locations indicated on the drawings. d. Power will be available at 480 volts, 60 Hz, 3 phase. (City of Lubbock, Texas ) 01500 (Southeast Water Reclamation Plant) -1- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) e. Contractor at its own expense shall make authorized connections to the existing power sources and shall extend temporary service lines to the required areas. Temporary wiring shall conform to Article 305 of the NEC. Contractor shall at all times provide adequately against waste and needless use of power. Electrical power shall be used only in such quantities as will not interfere with Owner's requirements, and care shall be taken not to overload the existing facilities. Contractor shall provide any additional or temporary electrical power or power of other voltages it may require for prosecution of the Work. These provisions shall not be construed as a guarantee by Owner of the uninterrupted continuation of power, and interruptions beyond the control of Owner shall not be reason for claims for additional costs nor for extensions of time. Contractor shall provide, at no additional cost to Owner, any necessary power required for prosecution of the Work during such interruptions. 5. TELEPHONE SERVICE. Contractor shall make all necessary arrangements and pay all installation charges for telephone lines in its offices at the Site, and shall provide all telephone instruments. 6. SANITARY FACILITIES. Contractor shall furnish temporary sanitary facilities at the Site, as provided herein, for the needs of all construction workers and others performing work or furnishing services on the Project. Sanitary facilities shall be of reasonable capacity, properly maintained throughout the construction period, and obscured from public view to the greatest practical extent. If toilets of the chemically treated type are used, at least one toilet will be furnished for each 20 persons. Contractor shall enforce the use of such sanitary facilities by all personnel at the Site. 7. CONSTRUCTION AIDS. Not used. 8. MAINTENANCE OF TRAFFIC. Contractor shall conduct its work to interfere as little as possible with public travel, whether vehicular or pedestrian. Whenever it is necessary to cross, obstruct, or close roads, driveways, and walks, whether public or private, Contractor shall provide and maintain suitable and safe bridges, detours, or other temporary expedients for the accommodation of public and private travel, and shall give reasonable notice to owners of private drives before interfering with them. Such maintenance of traffic will not be required when Contractor has obtained permission from the owner and tenant of private property, or from the authority having jurisdiction over public property involved, to obstruct traffic at the designated point. (City of Lubbock, Texas ) 01500 (Southeast Water Reclamation Plant) -2- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) In making open -cut street crossings, Contractor shall not block more than one- half of the street at a time. Whenever possible, Contractor shall widen the shoulder on the opposite side to facilitate traffic flow. Temporary surfacing shall be provided as necessary on shoulders. 9. BARRICADES AND LIGHTS. All streets, roads, highways, and other public thoroughfares which are closed to traffic shall be protected by effective barricades on which shall be placed acceptable warning signs. Barricades shall be located at the nearest intersecting public highway or street on each side of the blocked section. All open trenches and other excavations shall have suitable barricades, signs, and lights to provide adequate protection to the public. Obstructions, such as material piles and equipment, shall be provided with similar warning signs and lights. All barricades and obstructions shall be illuminated with warning lights from sunset to sunrise. Material storage and conduct of the Work on or alongside public streets and highways shall cause the minimum obstruction and inconvenience to the traveling public. All barricades, signs, lights, and other protective devices shall be installed and maintained in conformity with applicable statutory requirements and, where within railroad and highway rights -of -way, as required by the authority having jurisdiction thereover. 10. FENCES. All existing fences affected by the Work shall be maintained by Contractor until completion of the Work. Fences which interfere with construction operations shall not be relocated or dismantled until written permission is obtained from the owner of the fence, and the period the fence may be left relocated or dismantled has been agreed upon. Where fences must be maintained across the construction easement, adequate gates shall be installed. Gates shall be kept closed and locked at all times when not in use. On completion of the Work across any tract of land, Contractor shall restore all fences to their original or to a better condition and to their original locations. 11. PROTECTION OF PUBLIC AND PRIVATE PROPERTY. Not used. 12. DAMAGE TO EXISTING PROPERTY. Contractor will be held responsible for any damage to existing structures, Work, materials, or equipment because of his operations and shall repair or replace any damaged structures, Work, materials, or equipment to the satisfaction of, and at no additional cost to, Owner. Contractor shall protect all existing structures and property from damage and shall provide bracing, shoring, or other work necessary for such protection. (City of Lubbock, Texas ) 01500 (Southeast Water Reclamation Plant) -3- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Contractor shall be responsible for all damage to streets, roads, curbs, sidewalks, highways, shoulders, ditches, embankments, culverts, bridges, or other public or private property, which may be caused by transporting equipment, materials, or workers to or from the Work. Contractor shall make satisfactory and acceptable arrangements with the agency having jurisdiction over the damaged property concerning its repair or replacement. 13. TREE AND PLANT PROTECTION. Not used. 15. ACCESS ROADS. Contractor shall establish and maintain temporary access roads to various parts of the Site as required to complete the Project. Such roads shall be available for the use of all others performing work or furnishing services in connection with the Project. 16. PARKING. Contractor shall provide and maintain suitable parking areas for the use of all workers and others performing work or furnishing services in connection with the Project, as required to avoid any need for parking personal vehicles where they may interfere with public traffic, Owner's operations, or construction activities. 17. NOISE CONTROL. Not used. 18. DUST CONTROL. Contractor shall take reasonable measures to prevent unnecessary dust. Earth surfaces subject to dusting shall be kept moist with water or by application of a chemical dust suppressant. When practicable, dusty materials in piles or in transit shall be covered to prevent blowing dust. Buildings or operating facilities which may be affected adversely by dust shall be adequately protected from dust. Existing or new machinery, motors, instrument panels, or similar equipment shall be protected by suitable dust screens. Proper ventilation shall be included with dust screens. 19. TEMPORARY DRAINAGE PROVISIONS. Contractor shall provide for the drainage of storm water and such water as may be applied or discharged on the Site in performance of the Work. Drainage facilities shall be adequate to prevent damage to the Work, the Site, and adjacent property. Existing drainage channels and conduits shall be cleaned, enlarged, or supplemented as necessary to carry all increased runoff attributable to Contractor's operations. Dikes shall be constructed as necessary to divert increased runoff from entering adjacent property (except in natural channels), to protect Owner's facilities and the Work, and to direct water to drainage channels or conduits. Ponding shall be provided as necessary to prevent downstream flooding. (City of Lubbock, Texas ) 01500 (Southeast Water Reclamation Plant) -4- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 20. EROSION CONTROL. Contractor shall prevent erosion of soil on the Site and adjacent property resulting from its construction activities. Effective measures shall be initiated prior to the commencement of clearing, grading, excavation, or other operation that will disturb the natural protection. Work shall be scheduled to expose areas subject to erosion for the shortest possible time, and natural vegetation shall be preserved to the greatest extent - practicable. Temporary storage and construction buildings shall be located, and construction traffic routed, to minimize erosion. Temporary fast-growing vegetation or other suitable ground cover shall be provided as necessary to control runoff. 21. POLLUTION CONTROL. Contractor shall prevent the pollution of drains and watercourses by sanitary wastes, sediment, debris, and other substances resulting from construction activities. No sanitary wastes shall be permitted to enter any drain or watercourse other than sanitary sewers. No sediment, debris, or other substance shall be permitted to enter sanitary sewers, and reasonable measures shall be taken to prevent such materials from entering any drain or watercourse. 22. TPDES STORMWATER PERMIT. In accordance with the Texas Commission on Environmental Quality TPDES General Permit for Storm Water Discharge from Construction Sites, Contractor shall prepare and submit a Notice of Intent, prepare a Storm Water Pollution Prevention Plan (SWPPP), and implement the plan during construction. End of Section (City of Lubbock, Texas ) 01500 (Southeast Water Reclamation Plant) -5- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 01605 GENERAL EQUIPMENT REQUIREMENTS 1. SCOPE. All equipment furnished under this Contract shall conform to the general requirements set forth in this section, except as otherwise specified in other sections. 2. COORDINATION. Equipment Supplier shall coordinate all details of the equipment with the Contractor performing the installation work, including verification that all structures, piping, wiring, and equipment components are compatible. Equipment Supplier shall notify Contractor of all structural and other alterations in the Work required to accommodate equipment differing in dimensions or other characteristics from that contemplated in the Contract Drawings or Specifications. 3. EQUIPMENT SUPPLIER'S EXPERIENCE. Unless specifically named in the Specifications, Equipment Supplier shall have furnished equipment of the type and size specified which has been in successful operation for not less than the past 5 years. 4. WORKMANSHIP AND MATERIALS. Equipment Supplier shall guarantee all equipment against faulty or inadequate design, improper assembly or erection, defective workmanship or materials, and leakage, breakage, or other failure. Materials shall be suitable for service conditions. All equipment shall be designed, fabricated, and assembled in accordance with recognized and acceptable engineering and shop practice. Individual parts shall be manufactured to standard sizes and thicknesses so that repair parts, furnished at any time, can be installed in the field. Like parts of duplicate units shall be y' interchangeable. Equipment shall not have been in service at any time prior to delivery, except as required by tests. Except where otherwise specified, structural and miscellaneous fabricated steel used in equipment shall conform to AISC standards. All structural members shall be designed for shock or vibratory loads. Unless otherwise specified, all steel which will be submerged, all or in part, during normal operation of the equipment shall be at least 1/4 inch thick. When dissimilar metal components are used, consideration shall be given to prevention of galvanic corrosion. 5. PROGRAMMING SOFTWARE. Programming software shall be provided for any equipment which includes a programmable logic controller (PLC) or other digital controller that is user -programmable. The software shall be suitable for loading and _. running on a laptop personal computer operating with a Windows -based operating system. A copy of the manufacturer's original operating logic program shall be provided for use in maintaining and troubleshooting the equipment. Where multiple pieces of equipment, from the same or different vendors, use the same programming software, only one copy of the software need be provided. End of Section (City of Lubbock, Texas } 01605 (Southeast Water Reclamation Plant) -1- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 01610 GENERAL EQUIPMENT STIPULATIONS 1. SCOPE. When an equipment specification section in this Contract references this section, the equipment shall conform to the general stipulations set forth in this section, except as otherwise specified in other sections. 2. COORDINATION. Coordination shall be as specified in Section 01605 General Equipment Requirements when included in the Contract Documents. 3. EQUIPMENT SUPPLIER'S EXPERIENCE. Equipment Supplier's experience requirements shall be as specified in Section 01605 when included in the Contract Documents. 4. WORKMANSHIP AND MATERIALS. Workmanship and Materials shall be as specified in Section 01605 when included in the Contract Documents. 5. LUBRICATION. Equipment shall be adequately lubricated by systems which require attention no more frequently than weekly during continuous operation. Lubrication systems shall not require attention during startup or shutdown and shall not waste lubricants. Lubricants of the types recommended by the equipment manufacturer shall be provided in sufficient quantities to fill all lubricant reservoirs and to replace all consumption during testing, startup, and operation prior to acceptance of equipment by Owner. Lubrication facilities shall be convenient and accessible. Oil drains and fill openings shall be easily accessible from the normal operating area or platform. Drains shall allow for convenient collection of waste oil in containers from the normal operating area or platform without removing the unit from its normal installed position. 6. ELEVATION. The elevation of the site is approximately 3,150 feet. All equipment furnished shall be designed to meet stipulated conditions and to operate satisfactorily at the specified elevation. 7. ELECTRIC MOTORS. Motors furnished with equipment shall meet the requirements specified in specific equipment sections. 8. ADJUSTABLE SPEED DRIVES. Each mechanical adjustable speed drive w_ shall have a service factor of at least 1.75 at maximum speed based on the nameplate horsepower [kilowatts] of the drive motor. A spare belt shall be provided with each adjustable speed drive unit employing a belt for speed _ change. Unless specifically permitted by the detailed equipment specifications, bracket type mounting will not be acceptable for variable speed drives. (City of Lubbock, Texas ) 01610 (Southeast Water Reclamation Plant) -1- (influent Lift Station Rehabilitation ) (B&V PN 140092 ) 9. ANCHOR BOLTS. Not Used. 10. EQUIPMENT BASES. Unless otherwise indicated or specified, all equipment shall be installed on concrete bases at least 6 inches high. Cast iron or welded steel baseplates shall be provided for pumps, compressors, and other equipment. Each unit and its drive assembly shall be supported on a single baseplate of neat design. Baseplates shall have pads for anchoring all components, and adequate grout holes. Baseplates for pumps shall have a means for collecting leakage and a threaded drain connection. Baseplates shall be anchored to the concrete base with suitable anchor bolts and the space beneath filled with grout. 11. SPECIAL TOOLS AND ACCESSORIES. Equipment requiring periodic repair and adjustment shall be furnished complete with all special tools, instruments, and accessories required for proper maintenance. Equipment requiring special devices for lifting or handling shall be furnished complete with those devices. 12. SHOP PAINTING. All iron and steel surfaces of the equipment shall be protected with suitable protective coatings applied in the shop. Surfaces of the equipment that will be inaccessible after assembly shall be protected for the life of the equipment. Coatings shall be suitable for the environment where the equipment is installed. Exposed surfaces shall be finished, thoroughly cleaned, and filled as necessary to provide a smooth, uniform base for painting. Electric motors, speed reducers, starters, and other self-contained or enclosed components shall be shop primed or finished with an epoxy or polyurethane enamel or universal type primer suitable for top coating in the field with a universal primer and aliphatic polyurethane system. Surfaces to be coated after installation shall be prepared for painting as recommended by the paint manufacturer for the intended service, and then shop painted with one or more coats of a universal primer. Machined, polished, and nonferrous surfaces which are not to be painted shall be coated with rust -preventive compound as recommended by the equipment manufacturer. 13. PREPARATION FOR SHIPMENT. Equipment shall be prepared for shipment as specified in Section 01612 - Shipping. 14. STORAGE. Not Used. 15. INSTALLATION AND OPERATION. Not used. (City of Lubbock, Texas ) 01610 (Southeast Water Reclamation Plant) -2- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 16. OBSERVATION OF PERFORMANCE TESTS. Where the Specifications require the presence of Engineer, initial tests shall be observed or witnessed by Engineer. Owner shall be reimbursed by Equipment supplier for all costs of subsequent visits by Engineer to witness or observe incomplete tests, retesting, or subsequent tests. 17. PROGRAMMING SOFTWARE. Programming software shall be provided for any equipment which includes a programmable logic controller (PLC) or other digital controller that is user -programmable. The software shall be suitable for loading and running on a laptop personal computer operating with a Windows - based operating system. A copy of the manufacturer's original operating logic -, program shall be provided for use in maintaining and troubleshooting the equipment. Where multiple pieces of equipment, from the same or different vendors, use the same programming software, only one copy of the software _ need be provided. End of Section (City of Lubbock, Texas ) 01610 (Southeast Water Reclamation Plant) -3- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 01612 1. SCOPE. This section covers packaging and shipping of materials and equipment. 2. PREPARATION FOR SHIPMENT. All equipment shall be suitably packaged to facilitate handling and to protect against damage during transit and storage. All equipment shall be boxed, crated, or otherwise completely enclosed and protected during shipment, handling, and storage. All equipment shall be protected from exposure to the elements and shall be kept dry at all times. Painted and coated surfaces shall be protected against impact, abrasion, discoloration, and other damage. Painted and coated surfaces which are damaged prior to acceptance of equipment shall be repainted to the satisfaction of Engineer. Grease and lubricating oil shall be applied to all bearings and similar items. 3. SHIPPING. Before shipping each item of equipment shall be tagged or marked as identified in the delivery schedule or on the Shop Drawings. Complete packing lists and bills of material shall be included with each shipment. End of Section (City of Lubbock, Texas ) 01612 (Southeast Water Reclamation Plant) -1- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 01614 HANDLING AND STORAGE 1. SCOPE. This section covers delivery, storage, and handling of materials and equipment. 2. DELIVERY. Contractor shall bear the responsibility for delivery of equipment, spare parts, special tools, and materials to the site and shall comply with the requirements specified herein and shall provide required information concerning the shipment and delivery of the materials specified in this Contract. These requirements also apply to any subsuppliers making direct shipments to the jobsite. Contractor shall, either directly or through contractual arrangements with others, accept responsibility for the safe handling and protection of the equipment and materials furnished under this Contract before and after receipt at the port of entry. Acceptance of the equipment shall be made after it is installed, tested, placed in operation and found to comply with all the specified requirements. All items shall be checked against packing lists immediately on delivery to the site for damage and for shortages. Damage and shortages shall be remedied with the minimum of delay. Delivery of portions of the equipment in several individual shipments shall be subject to review of Engineer before shipment. When permitted, all such partial __. shipments shall be plainly marked to identify, to permit easy accumulation, and to - facilitate eventual installation. 3. STORAGE. Upon delivery, all equipment and materials shall immediately be stored and protected until installed in the Work. Stacked items shall be suitably protected from damage by spacers or load distributing supports that are safely arranged. No metalwork (miscellaneous steel shapes and reinforcing steel) shall be stored directly on the ground. Masonry products shall be handled and stored in a manner to hold breakage, chipping, cracking, and spalling to a minimum. Cement, lime, and similar products shall be stored off the ground on pallets and shall be covered and kept completely dry at all times. Pipe, fittings, and valves may be stored out of doors, but must be placed on wooden blocking. PVC pipe, geomembranes, plastic liner, and other plastic materials shall be stored off the ground on pallets and protected from direct sunlight. (City of Lubbock, Texas ) 01614 (Southeast Water Reclamation Plant) -1- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Pumps, motors, electrical equipment, and all equipment with antifriction or sleeve bearings shall be stored in weathertight structures maintained at a temperature above 60°F. Electrical equipment, controls, and insulation shall be protected against moisture and water damage. All space heaters furnished in equipment shall be connected and operated continuously. Equipment having moving parts, such as gears, bearings, and seals, shall be stored fully lubricated with oil, grease, etc., unless otherwise instructed by the manufacturer. Manufacturer's storage instructions shall be carefully followed by Contractor. When required by the equipment manufacturer, moving parts shall be rotated a minimum of twice a month to ensure proper lubrication and to avoid metal to metal "welding". Upon installation of the equipment, Contractor shall, at the discretion of Engineer, start the equipment at one-half load for an adequate period of time to ensure that the equipment does not deteriorate from lack of use. When required by the equipment manufacturer, lubricants shall be changed upon completion of installation and as frequently as required thereafter during the period between installation and acceptance. New lubricants shall be put into the equipment by Contractor at the time of acceptance. Equipment and materials shall not show any pitting, rust, decay, or other deleterious effects of storage when installed in the Work. In addition to the protection specified for prolonged storage, the packaging of spare units and spare parts shall be for export packing and shall be suitable for long-term storage in a damp location. Each spare item shall be packed separately and shall be completely identified on the outside of the container. 4. HANDLING. Stored items shall be laid out to facilitate their retrieval for use in the Work. Care shall be taken when removing the equipment for use to ensure the precise piece of equipment is removed and that it is handled in a manner that does not damage the equipment. End of Section (City of Lubbock, Texas ) 01614 (Southeast Water Reclamation Plant) -2- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 01620 EQUIPMENT SCHEDULE 1. SCOPE. This section consists of an equipment schedule for items for which a basic level of manufacturer's field services or operation and maintenance manuals are required, but not covered in other sections. When other sections indicate that manufacturer's field services and operation and maintenance manuals are required, the requirements shall be as specified in the other sections. Specific requirements for manufacturer's field services are covered in the Quality Control section and the equipment specifications. Specific requirements for operation and maintenance manuals are covered in the Submittals section and the equipment specifications. 2. SCHEDULE. Manufacturer's field services, including equipment installation checks and training, and operation and maintenance manuals shall be provided for the items of equipment indicated in the following schedule: Spec Mfrs. Field O&M Section Type of Equipment Services Manual 11060 Submersible Pumps (Owner X furnished) 16150* Adjustable Frequency Drives X X 16310 Secondary Integral Unit X X Substations 16425 Switchboards X X 16480 600 Volt Class Motor Control X X Centers * Equipment prenegotiated by Owner assigned to the contractor. 5pecitications included as an attachment for reference only. End of Section (City of Lubbock, Texas ) 01620 (Southeast Water Reclamation Plant) -1- (Influent Lift Station Rehabilitation ) ` ' (B&V PN 140092 ) Section 01650 STARTUP REQUIREMENTS 1. SCOPE. This section covers startup requirements for all items of equipment and systems including mechanical equipment. Additional requirements may be specified in specific equipment specifications. The requirements of this section shall be satisfactorily completed prior to any field tests specified in the specific equipment sections. 2. GENERAL. Equipment shall not be operated except by, or with the guidance of, qualified personnel having the knowledge and experience necessary to obtain proper results. All items of equipment and systems shall be tested for proper operation, efficiency, and capacity. All required adjustments, tests, operation checks, and other startup activity shall be provided by qualified personnel. Contractor shall be responsible for planning, supervising, and executing the installation of Work. m 2.01. Coordination. Contractor shall coordinate all tests related to startup of equipment and systems and shall report the results to Engineer in accordance with the submittals section. Contractor shall accept the equipment and the test results related to starting of equipment and systems before Engineer will accept the equipment and the test results. When equipment is ready for a witness test, Contractor shall give written notice _ to Engineer at least 14 days before any offsite witness testing is performed or any field witnessed performance testing, unless otherwise specified. 3. EQUIPMENT TESTS. 3.01. Factory Tests. When specified in the specific equipment sections, the equipment will be test run at the point of manufacture and the test results will be delivered to Engineer. Such equipment will not be shipped until Engineer has reviewed the test results and advised the Contractor, in writing, that the equipment is acceptable for shipment. Such acceptance, however, will not be considered as final acceptance, which will only be made on the basis of the test results of the equipment after installation. 3.02. Preliminary Field Tests. All items of mechanical equipment shall be given a preliminary field test by Contractor after installation for proper operation, efficiency, and capacity. The preliminary field test shall consist of the requirements listed herein, unless exceptions or additions are indicated in the specific equipment sections. (City of Lubbock, Texas ) 01650 (Southeast Water Reclamation Plant) -1- (Influent Lift Station Rehabilitation ) x (B&V PN 140092 ) Contractor's test operation of each piece of mechanical equipment shall continue for not less than 8 hours without interruption. All moving parts of equipment and machinery shall be carefully tested for operation, and adjusted so all parts move freely and function to secure satisfactory operation. All equipment shall be tested continuously under actual or simulated operating conditions. All parts shall operate satisfactorily in all respects, under continuous full load and in accordance with the specified requirements, for the full duration of the 8 hour test period. If any part of a unit shows evidence of unsatisfactory or improper operation during the 8 hour test period, correction or repairs shall be made and the full 8 hour test operation, as specified, shall be completed after all parts operate satisfactorily. Tests of all process and pumping equipment, drive motors, including auxiliaries shall be made in accordance with the appropriate and approved test codes such as the American Society of Mechanical Engineers, Hydraulic Institute Standards, and IEEE. Tests shall be conducted after the Work is substantially complete so each item of equipment is ready for integrated operation with other equipment at the plant. Testing, measuring, and calibrating procedures shall be submitted to Engineer for review and acceptance prior to startup and testing of equipment. The equipment shall be properly filled, by Contractor, with oil and grease, and Contractor shall furnish all power, personnel, water, chemicals, fuels, oil, grease, and auxiliaries necessary for conducting the testing of the equipment for proper operation, efficiency, and capacity. The period of inspection, initial startup operation, and field adjustment shall be as needed to achieve satisfactory installation and operation of the items furnished. Any period required for instruction of Owner's personnel shall be as specified in the Contract Documents. When the specific equipment sections indicate that an installation check is required by the equipment manufacturer, the manufacturer's representative will make all necessary field adjustments and correct defects in materials or workmanship during this test period. All equipment installed under this Contract, including that furnished by others, shall be placed into successful operation according to the written instructions of the equipment manufacturer and the instructions of the manufacturer's field representative. 3.03. Field System Operation Test. After all equipment is installed and the entire plant or system is ready to operate, Contractor shall conduct a field system operation test. The test shall consist of the requirements listed herein, unless exceptions or additions are indicated in the specific equipment sections. (City of Lubbock, Texas ) 01650 (Southeast Water Reclamation Plant) -2- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) The test period shall be at least 7 days, and each system shall operate under actual or simulated operating conditions before a certificate of Substantial Completion of the Work is issued. All defects of material, workmanship, or equipment which appear during this test period shall be corrected by Contractor. After such corrections are made, the 7 day test shall be repeated before a certificate of Substantial Completion of Work is issued, unless waived by Engineer. Contractor shall supply all power, water, oil, grease, auxiliaries, and operating personnel required for this operation test. When necessary for certain items of equipment, the final adjustments and inspections will be made by factory trained service personnel (other than sales -= representatives), rather than by Contractor. The service personnel will also supervise the test operation. This requirement will be stated under the detailed specification for the particular piece or pieces of equipment. The manufacturer's service personnel will make adjustments and supervise testing by Contractor until such tests have been accepted by Engineer. 4. ACCEPTANCE. When no other field tests for acceptance are specified in the equipment sections, at the end of the field system operation testing, each system will be accepted if, in the opinion of Engineer, it has operated satisfactorily without excessive power use, wear, or need for lubrication, or requiring undue attention; and if all its rotating parts operate without excessive vibration or noise at any operating condition. When other field tests for acceptance are specified in the equipment sections, acceptance shall be after all tests are satisfactorily conducted as specified in the appropriate equipment procurement specification. When a field performance test for baseline is specified in the equipment sections, acceptance shall be after a completion of the baseline performance test that is conducted as specified in the pumping unit field testing - baseline performance section. Acceptance of Work in connection with the installation of equipment furnished by others will be subject to approval of the manufacturer's field representative. Acceptance by Owner or approval of the manufacturer's field representative will not relieve Contractor of responsibility for defective Work. End of Section (City of Lubbock, Texas ) 01650 (Southeast Water Reclamation Plant) -3- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 02200 EARTHWORK PART 1 - GENERAL 1-1. SCOPE. This section covers earthwork and shall include the necessary clearing, grubbing, and preparation of the site; removal and disposal of all debris; excavation; handling, storage, transportation, and disposal of all excavated material; all necessary sheeting, shoring, and protection work; preparation of sub -grades; pumping and dewatering as necessary; protection of adjacent property; backfilling; construction of fills and embankments; surfacing and grading; and other appurtenant work. 1-2. GENERAL. With reference to the terms and conditions of the construction standards for excavations set forth in OSHA "Safety and Health Regulations for Construction", Chapter XVII of Title 29, CFR, Part 1926, Contractor shall employ a competent person and, when necessary based on the regulations, a registered professional engineer, to act upon all pertinent matters of the work of this section. 1-3. SUBMITTALS. Drawings, specifications, and data covering the proposed materials shall be submitted in accordance with the Submittals section. 1-4. BASIS FOR PAYMENT. 1-4.01. General. The cost for all earthwork items shall be included in the lump sum Bid Price. 1-5. INSURANCE. Professional Liability insurance shall be provided as specified in the Supplementary Conditions. PART 2 - PRODUCTS 2-1. MATERIALS. 2-1.01. Filter Fabric. Not Used. 2-1.01.01. Filter Fabric Type A. Not used. 2-1.01.02. Filter Fabric Type B. Not used. 2-1.01.03. Filter Fabric Type C. Not used. (City of Lubbock, Texas ) 02200 (Southeast Water Reclamation Plant) -I- (influent Lift Station Rehabilitation ) (B&V PN 140092 ) 2-1.02. Polyethylene Film. Polyethylene film beneath concrete slabs or slab base course material shall be Product Standard PS17, 6 mil minimum thickness. 2-1.03. General Fill and Embankment Materials. To the maximum extent available, excess suitable material obtained from structure and trench excavation shall be used for the construction of general fills and embankments outside structure foundations. Additional material shall be provided from Contractor's off - site source. No borrow pits shall be opened on site unless such pits are specifically indicated on the drawings. All material placed in fills and embankments shall be free from rocks or stones larger than the required size in their greatest dimension, brush, stumps, logs, roots, debris, and other organic or deleterious materials. The maximum size of stone in fills and embankment shall be 4 inches. No rocks or stones shall be placed in the upper 18 inches of any fill or embankment. Rocks or stones within the allowable size limit may be incorporated in the remainder of fills and embankments, provided they are distributed so that they do not interfere with proper compaction. 2-1.04. Granular Fill. Granular fill material shall be crushed rock or gravel suitable for use as a free draining sub -base beneath slabs and foundations. Granular fill shall be free from dust, clay, and trash; hard, durable, non -friable; and shall be graded 3/4 inch to No. 4 [19 to 4.75 mm] as defined in ASTM C33 for No. 67 coarse aggregate. Granular fill shall meet the quality requirements for ASTM C33 coarse aggregate. Only crushed rock with angular particles shall be used when the perimeter of the granular fill is not confined or otherwise subject to raveling, such as on a slope. 2-1.05. Structure Backfill. Structure backfill shall be defined as the material placed around and outside of structures. Structure backfill shall be as indicated herein. 2-1.05.01. General Fill Structure Backfill. General fill for structure backfill shall meet the requirements of the previous paragraph entitled "General Fill and Embankment Materials". 2-1.05.02. Crushed Rock Structure Backfill. Not used. 2-1.05.03. Road Base Material. The base material shall consist of argillaceous limestone, calcareous or calcareous clay particles, with or without stone, conglomerate, gravel, sand or other granular materials. Materials for use in constructing the base course shall be furnished by the Contractor from a source approved by the Engineer. The Contractor shall be responsible for locating the source, securing approval of the source, and for making arrangements with the Owner of the property, on which the pit is located, for use of the material. The pits shall be stripped of all unacceptable material and the stripping shall be (City of Lubbock, Texas ) 02200 (Southeast Water Reclamation Plant) -2- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) disposed of in a manner agreeable to the Owner of the property on which the pit is located. The pits shall be opened so as to immediately expose the vertical faces of all of the various strata of acceptable material. Unless otherwise directed, the material shall be secured in successive vertical cuts extending through all of the exposed strata. The processed base material, when properly slaked and tested by Texas Highway Department standard laboratory methods, shall meet the following requirements: Passing 2 %" sieve ................................... 100% Retained on No. 40 sieve ........................... 50 to 85% The material passing the No. 40 sieve shall be known as soil binder and shall meet the following requirements when prepared in accordance with the Test Method TEX-101-E procedure: The liquid limit shall not exceed ................... 40 The plasticity index shall not exceed ............. 15 If necessary, the Contractor shall blend or combine materials so that the final processed material meets all of the requirements of these specifications. The Contractor shall make such modifications in materials and methods as are necessary to secure a material which is capable of being compacted into a dense and well -bonded base course. If filler, in addition to that naturally present in the base course material, is necessary for satisfactory bonding of material, for changing the soil constants of the material passing No. 40 mesh sieve, or for correcting the gradation to the limitations of the specified gradation, it shall be uniformly blended with the base course material on the project, at the pit. The material for such purpose shall be obtained from sources approved by the Engineer and it shall be of a gradation necessary to accomplish the specified gradation in the final processed material. 2-1.06. Select Fill. Select fill shall be defined as the material placed beneath the structure foundations and slabs below any granular material layer or lean concrete slab indicated on the drawings. Select fill shall be used to replace any unsuitable material below the structure foundations and slabs and to raise the site grades below and within 5 feet of structural footprints and at locations indicated on the drawings. Select fill shall be as indicated herein. 2-1.06.01. General Fill Select Fill. Not used. 2-1.06.02. Crushed Rock Select Fill. Not used. 2-1.06.03. Clean Sand Select Fill. Clean sand for select fill shall meet the following gradation requirements: (City of Lubbock, Texas ) 02200 (Southeast Water Reclamation Plant) -3- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Size Percent Passing 3/8 inch [9.5 mm] 100 No. 4 [4.75 mm] 95 —100 No. 8 [2.36 mm] 75 — 90 No. 30 [600 pm] 30 — 50 No. 100 [150 pm] 2 —10 No. 200 [75 pm] 0-5 2-1.07. Gravel Base Beneath Slabs. Gravel base beneath slabs shall consist of material meeting the quality requirements specified for ASTM C33 concrete coarse aggregate and shall be graded No. 7 coarse aggregate. 2-1.08. Controlled Low Strength Material (CLSM). Not used. 2-2. MATERIAL TESTING. 2-2.01. Preliminary Review of Materials. As stipulated in the Quality Control section, all tests required for preliminary review of materials shall be made by an acceptable independent testing laboratory at the expense of Contractor. Two initial gradation tests shall be made for each type of general fill, designated fill, backfill, or other material, and one additional gradation test shall be made for each additional 500 tons [450 Mg] of each material delivered to the jobsite. In addition, one set of initial Atterberg Limits test shall be made for each fill material containing more than 20 percent by weight pass the No. 200 sieve and for materials specified by Atterberg Limits. One additional Atterberg Limits test shall be made for each additional 500 tons [450 Mg] of each material delivered to the job site. All material testing on CLSM shall be made by an independent testing laboratory at the expense of Contractor. 2-2.02. Field Testing Expense. All moisture -density (Proctor) tests and relative density tests on the materials, and all in -place field density tests, shall be made by an independent testing laboratory at the expense of Contractor. Contractor shall provide access to the materials and work area and shall assist the laboratory as needed in obtaining representative samples. 2-2.03. Required Field Tests. For planning purposes the following guidelines shall be used for frequency of field tests in addition to the tests listed in the Quality Control section. Additional tests shall be performed as necessary for job conditions and number of failed tests. Test results shall be submitted as indicated in the Submittals section. (City of Lubbock, Texas ) 02200 (Southeast Water Reclamation Plant) -4- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Two moisture -density (Proctor) tests in accordance with ASTM D698 (or, when required, ASTM D1557), or two relative density tests in accordance with ASTM D4253 and D4254 for each type of general fill, designated fill, backfill, or other material proposed. For area fills and embankments, an in -place field density and moisture test for each 1000 cubic yards [764 m3] of material placed. One in -place field density and moisture test for every 100 to 200 cubic yards [76 to 153 m3] of structure backfill or select fill. One in -place density and moisture test whenever there is a suspicion of a change in the quality of moisture control or effectiveness of compaction. At least one test for every full shift of compaction operations on mass earthwork. ^' Additional gradation, proctor, and relative density tests whenever the source or quality of materials changes. Testing of CLSM shall be as follows. Compressive Strength. For every 200 cubic yard [153 m3] of flowable fill placed, fill four 6 by 12 inch [150 by 300 mm] plastic cylinder molds to overflowing and then tap sides lightly. Cure cylinders in the molds covered until time of testing, at least 14 days. Strip the cylinders carefully using a knife to cut away the plastic mold. Cap the cylinders with high strength gypsum plaster or other capping process that will not break these low strength materials. Test cylinders in accordance with ASTM C39. Two cylinders shall be tested at 7 days and the other two cylinders shall be tested at 56 days. Flow of Fill. Once each day that flowable fill is placed, test the fill material in accordance with ASTM C939 for the efflux time. Wet screening may be -- required to remove coarse particles. Unit Weight and Yield. Once each day that flowable fill is placed, determine unit weight and yield in accordance with ASTM C138. Air Content. Once each day that flowable fill is placed, determine air content in accordance with ASTM C231. Penetration Resistance. Once each day that flowable fill is placed, determine early bearing strength in accordance with ASTM C403 penetration procedure. PART 3 - EXECUTION 3-1. SITE PREPARATION. All sites to be occupied by permanent construction or embankments shall be cleared of all logs, trees, roots, brush, tree trimmings, and other objectionable materials and debris. All stumps shall be grubbed. (City of Lubbock, Texas ) 02200 (Southeast Water Reclamation Plant) -5- (Influent Lift Station Rehabilitation ) F �� (B&V PN 140092 ) Subgrades for fills and embankments and sites to be occupied by permanent construction shall be cleaned and stripped of all surface vegetation, sod, and organic topsoil. All waste materials shall be removed from the site and disposed of by and at the expense of Contractor. �]5.M X � T . $1�1 3-2.01. General. Excavations shall provide adequate working space and clearances for the work to be performed therein and for installation and removal of concrete forms. In no case shall excavation faces be undercut for extended footings. Sub -grade surfaces shall be clean and free of loose material of any kind when concrete is placed thereon. Except where exterior surfaces are specified to be damp -proofed, monolithic concrete manholes and other concrete structures or parts thereof, which do not have footings that extend beyond the outside face of exterior walls, may be placed directly against excavation faces without the use of outer forms, provided that such faces are stable and also provided that a layer of polyethylene film is placed between the earth and the concrete. Excavations for manholes and similar structures constructed of masonry units shall have such horizontal dimensions that not less than 6 inches [150 mm] clearance is provided for outside plastering. Overexcavation of the subgrade beneath the electrical building is required to a depth of 12-inches below the structural footings, and re -compacted as specified herein. 3-2.02. Classification of Excavated Materials. No classification of excavated materials will be made for payment purposes. Excavation and trenching work shall include the removal and subsequent handling of all materials excavated or otherwise removed in performance of the work, regardless of the type, character, composition, or condition thereof. 3-2.03. Preservation of Trees. No trees shall be removed outside excavated or filled areas, unless their removal is authorized by Owner. Trees left standing shall be adequately protected from permanent damage by construction operations. For limits of tree removal along pipeline routes, see the Temporary Facilities section under "Protection of Public and Private Property". (City of Lubbock, Texas ) 02200 (Southeast Water Reclamation Plant) -6- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 3-2.04. Unauthorized Excavation. Except where otherwise authorized, indicated, or specified, all materials excavated below the bottom of concrete walls, footings, slabs on grade, and foundations shall be replaced with concrete or lean concrete at the expense of Contractor. If structural concrete replacement is chosen, it shall be with concrete placed at the same time and monolithic with - the concrete foundation. 3-2.05. Blasting. Blasting or other use of explosives for excavation will not be permitted. 3-2.06. Dewatering. Dewatering equipment shall be provided to remove and -- dispose of all surface water and groundwater entering excavations, trenches, or other parts of the work. Each excavation shall be kept dry during subgrade preparation and continually thereafter until the structure to be built, or the pipe to _LL be installed therein, is completed to the extent that no damage from hydrostatic pressure, flotation, or other cause will result. All excavations for concrete structures or trenches which extend down to or below groundwater shall be dewatered by lowering and keeping the groundwater level to the minimum depth of 12 inches [300 mm], beneath such excavations. The specified dewatering depth shall be maintained below the prevailing bottom of excavation at all times. Surface water shall be diverted or otherwise prevented from entering excavations or trenches to the greatest extent possible without causing damage to adjacent property. Contractor shall be responsible for the condition of any pipe or conduit used for drainage purposes, and all such pipe or conduit shall be left clean and free of sediment. 3-2.07. Sheeting and Shoring. Except where banks are cut back on a stable slope, excavations for structures and trenches shall be supported as necessary to prevent caving or sliding. Steel sheet piling or other excavation support systems shall be furnished and installed as necessary to limit the extent of excavations for the deeper structures and necessary backfill under adjacent shallower structures, and to protect adjacent structures and facilities from damage due to excavation and subsequent construction. Contractor shall assume complete responsibility for, and install adequate protection systems for prevention of damage to existing facilities. Excavation support systems and sheeting and shoring shall be all removed after completion of work. (City of Lubbock, Texas ) 02200 '. (Southeast Water Reclamation Plant) -7- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) E The design of the excavation support system shall be such as to permit complete removal while maintaining safety and stability in the excavation at all times. Sheeting, shoring and excavation support systems shall be designed by a professional engineer registered in the state where the project is located. 3-2.08. Stabilization. Sub -grades for concrete structures shall be firm, dense, and thoroughly compacted and consolidated; shall be free from mud and muck; and shall be sufficiently stable to remain firm and intact under the feet of the workers. Sub -grades for concrete structures which are otherwise solid, but which become mucky on top due to construction operations, shall be reinforced with crushed rock or gravel as specified for granular fills. The stabilizing material shall be placed in such a manner that no voids remain in the granular fill. All excess granular fill with unfilled void space shall be removed. The finished elevation of stabilized sub -grades shall not be above sub -grade elevations indicated on the drawings. 3-2.09. Ring -wall Excavation. Not used. 3-2.10. Roadway Excavation. Excavation for the roadways, drives, and parking areas shall conform to the lines, grades, cross sections, and dimensions indicated on the drawings and shall include the excavation of all unsuitable material from the subgrade. The roadway subgrade shall be overexcavated by 12-inches, and re -compacted. After shaping to line, grade, and cross section, the subgrade shall be compacted to a depth of at least 12 inches and shall meet the following: Test method to determine maximum ASTM D698. density and moisture. Relative compaction and moisture 95%. content relative to the optimum. Moisture content relative to the -2% to +2%. optimum. This operation shall include any reshaping and wetting or drying required to obtain proper compaction. All soft or otherwise unsuitable material shall be removed and replaced with suitable material. (City of Lubbock, Texas ) 02200 (Southeast Water Reclamation Plant) -8- ` (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) f 3-3. GENERAL FILLS AND EMBANKMENTS. Fills and embankments not required or indicated to be designated fills shall be constructed as general fills and embankments. All fills and embankments shall be constructed to the lines and grades indicated on the drawings. Backfill materials shall be deposited in layers not to exceed 8 inches [200 mm] in uncompacted thickness. Unless otherwise specified herein, the following governing standards apply: Test method to determine maximum ASTM D698. density and moisture. Relative compaction and moisture content 95%. relative to the optimum. Moisture content relative to the optimum. -2% to +2%. Backfilling and construction of fills and embankments during freezing weather shall not be done except by permission of Engineer. No backfill, fill, or embankment materials shall be installed on frozen surfaces, nor shall frozen materials, snow, or ice be placed in any backfill, fill, or embankment. 3-3.01. Sub-arade Preparation. After preparation of the fill or embankment site, the sub -grade shall be scarified and moisture conditioned to a minimum depth of 6 inches [150 mm], leveled and rolled so that surface materials of the sub -grade will be at a moisture content and as compact and well bonded with the first layer of the fill or embankment as specified for subsequent layers. Unless otherwise directed by Engineer, the sub -grade shall be proof -rolled by a rubber -tired roller, a loaded dump truck, or other suitable rubber -tired equipment acceptable to Engineer. A minimum of four passes of the proof -rolling equipment shall be provided such that the last two passes are made perpendicular to the first two passes. All soft, yielding, or otherwise unsuitable material shall be removed and replaced with compacted fill. 3-3.02. Placement and Compaction. All fill and embankment materials shall be placed in approximately horizontal layers not to exceed 8 inches [200 mm] in un- compacted thickness. Material deposited in piles or windrows by excavating and hauling equipment shall be spread and leveled before compaction. Each layer of material shall have the best practicable moisture content for satisfactory compaction. The material in each layer shall be wetted or dried to achieve the moisture content relative to optimum as specified above, and shall be thoroughly mixed to ensure uniform moisture content and adequate compaction. Each layer shall be thoroughly compacted to the required degree of compaction at the required moisture content. If the material fails to meet the density specified, compaction methods shall be altered. The changes in compaction methods shall include, but not be limited to, changes in compaction equipment, reduction in uncompacted lift thickness, increase in number of passes, and better moisture control. (City of Lubbock, Texas ) 02200 - (Southeast Water Reclamation Plant) -9- (Influent Lift Station Rehabilitation } (B&V PN 140092 ) Wherever a trench is to pass through a fill or embankment, the fill or embankment material shall be placed and compacted to an elevation not less than 12 inches [300 mm] above the top of pipe elevation before the trench is excavated. 3-3.03. Borrow Pits. Borrow pits are not permitted. 3-4. DESIGNATED FILLS. Fills required or indicated to be designated fills shall be constructed using the specific materials and placement requirements as specified. In addition to the specific requirements specified herein, all requirements for general fills and embankments shall apply. These requirements include, but are not limited to organic or deleterious materials, subgrade preparation, lift thickness, and moisture conditioning requirements. All designated fills shall be constructed to the lines and grades indicated on the drawings. Backfilling and construction of fills during freezing weather shall not be done except by permission of Engineer. No backfill, fill, or embankment materials shall be installed on frozen surfaces, nor shall frozen materials, snow, or ice be placed in any backfill, fill, or embankment. 3-4.01. Granular Fill. Granular fills shall be provided where indicated on the drawings. Granular fills shall be placed on suitably prepared sub -grades in uncompacted lift thickness of 6 inches [150 mm] or less and compacted by vibration. Granular fills shall be compacted to not less than 70 percent relative density as determined by ASTM D4253 and D4254. Where granular fills are to be covered with concrete, the top surface shall be graded to the required sub -grade elevation. The completed fill shall be covered by a vapor barrier. 3-4.02. Structure Backfill. Backfill materials shall be deposited in layers not to exceed 8 inches [200 mm] in uncompacted thickness and shall meet the following requirements: Test method to determine maximum ASTM D698. density and moisture. Relative compaction. 95%. Moisture content relative to the -2% to +2%. optimum. Compaction of structure backfill shall be performed in such a manner that damage to the structure is prevented. The compaction equipment used within 8 feet [2.4 m] of the walls and for the top 8 feet [2.4 m] of backfill shall have no restriction on type. Limit of equipment weight shall be 1 ton [907 kg]. Compaction of structure backfill by inundation with water will not be permitted. No backfill shall be deposited or compacted in water. (City of Lubbock, Texas ) 02200 (Southeast Water Reclamation Plant) -10- (influent Lift Station Rehabilitation ) (B&V PN 140092 ) Particular care shall be taken to compact structure backfill which will be beneath pipes, drives, roads, parking areas, walks, curbs, gutters, or other surface construction or structures. In addition, wherever a trench is to pass through structure backfill, the structure backfill shall be placed and compacted to an elevation not less than 12 inches [300 mm] above the top of pipe elevation before the trench is excavated. Compacted areas, in each case, shall be adequate to support the item to be constructed or placed thereon. 3-4.03 Select Fill. Select fill shall be placed in nearly horizontal layers in uncompacted lift thickness of 8 inches or less and shall meet the following requirements: Test method to determine maximum ASTM D698. density and moisture. Relative compaction. 95%. Moisture content relative to the -2% to +2%. optimum. 3-4.04. Gravel Base Beneath Slabs. The gravel base beneath slabs shall be placed in uncompacted lift thickness of 6 inches [150 mm] or less and compacted with a minimum of four passes (round trips) of a self-propelled or walk -behind type vibrating roller. The roller shall be operated in the vibrating mode and in accordance with the manufacturer's instructions. 3-4.05. Controlled Low Strength Material (CLSM) Fill. Not used. 3-4.06. Ringwall Fill. Not used. 3-5. FINAL GRADING AND PLACEMENT OF TOPSOIL. After other outside work has been finished, and backfilling and embankments completed and settled, all areas which are to be graded shall be brought to grade at the indicated elevations, slopes, and contours. All cuts, fills, embankments, and other areas -- which have been disturbed or damaged by construction operations shall be surfaced with topsoil to a depth of 4 inches [100 mm]. Topsoil shall be of a quality at least equal to the existing topsoil in adjacent areas, free from trash, stones, and debris, and well suited to support plant growth. Use of graders or other power equipment will be permitted for final grading and dressing of slopes, provided the result is uniform and equivalent to manual methods. All surfaces shall be graded to secure effective drainage. Unless otherwise indicated, a slope of at least 1 percent shall be provided. Final grades and surfaces shall be smooth, even, and free from clods and stones, weeds, brush, and other debris. (City of Lubbock, Texas ) 02200 (Southeast Water Reclamation Plant) -11- (Influent Lift Station Rehabilitation ) ''"g (B&V PN 140092 ) 3-6. DISPOSAL OF EXCAVATED MATERIALS. Suitable excavated materials may be used in fills and embankments as needed. All excess excavated material shall be disposed of off site at the expense of Contractor. All debris, stones, logs, stumps, roots, and other unsuitable materials shall be removed from the site and disposed of by, and at the expense of, Contractor. 3-7. RESODDING. All established lawn areas cut by the line of trench, by excavation, or damaged during the work shall be resodded, after completion of construction, to the complete satisfaction of the property owner and Owner. All sod used shall be the same type as removed or damaged, shall be best quality, and, when placed, shall be live fresh growing grass with at least 1-1/2 inches [40 mm] of soil adhering to the roots. All sod shall be procured from areas where soil is fertile and contains a high percentage of loamy topsoil and from areas that have been grazed or mowed sufficiently to form a dense turf. Sod shall be transplanted within 24 hours from the time it is harvested, unless stacked at its destination in a suitable manner. All sod in stacks shall be kept moist and protected from exposure to the sun and from freezing. In no event shall more than 1 week elapse between cutting and planting. Before placing sod, all shaping and dressing of the areas shall have been completed. After shaping and dressing, commercial fertilizer of a type acceptable to Owner shall be applied uniformly in the manner and amounts recommended by the manufacturer, and harrowed lightly. Sodding shall follow immediately. All sodding shall be done during the period from March 15 to October 1, unless written permission is given by Owner to extend the planting season. 3-8. RE -SEEDING. All areas of construction, staging, or traffic that disturb or destroy vegetated area, except established lawn areas described above, shall be re -seeded with native grasses to match the existing vegetation. Contractor shall fine -grade, seed and continually irrigate the areas to produce a viable grass. Contractor shall repeat seeding and irrigation as required for acceptance by Owner. I 3-9. SETTLEMENT. Contractor shall be responsible for all settlement of backfill, fills, and embankments which may occur within the correction period stipulated in the General Conditions. Contractor shall make, or cause to be made, all repairs or replacements made necessary by settlement within 30 days after notice from Engineer or Owner. End of Section (City of Lubbock, Texas } 02200 I (Southeast Water Reclamation Plant) -12- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 02522 CONCRETE SIDEWALK, CURB, AND GUTTER PART 1 - GENERAL 1-1. SCOPE. This section covers the construction of concrete sidewalks, curb and gutter. This section also covers the reconstruction of concrete sidewalks, curb, and gutter. Subgrade preparation shall be as indicated in the Earthwork section, unless otherwise specified in the governing standards or herein. 1-2. GENERAL. All existing sidewalks, and curb and gutters disturbed or damaged during construction of new work, or indicated on the drawings to be demolished and replaced shall be reconstructed to the lines, grades, and cross sections indicated on the drawings or as directed by Engineer to restore them at their original locations unless indicated otherwise on the drawings. Contractor shall be responsible to remove, construct, reconstruct, and adjust as necessary all existing or new manholes tops, curb and gutter, and area drainage structures to match new grades as needed. 1-2.01. Governing Standards. Except as otherwise specified or indicated on the -- drawings, materials, equipment, details, and construction methods shall comply with the applicable AASHTO and TEXAS DOT Standards. PART 2 - PRODUCTS 2-1. MATERIALS. The sources of materials shall be acceptable to Engineer. Except as otherwise modified herein, materials shall conform to the requirements of the governing standards. Concrete materials shall be as specified in section 03300 Cast -In -Place Concrete. 2-2. DESIGN MIXTURE DATA. The design mixture shall be as specified in section 03300 Cast -In -Place Concrete. a (City of Lubbock, Texas ) 02522 (Southeast Water Reclamation Plant) -1- (influent Lift Station Rehabilitation ) -- (B&V PN 140092 ) PART 3 - EXECUTION 3-1. SUBGRADE PREPARATION. As a minimum, the top 6 inches of the subgrade shall be compacted to a 95 percent of standard proctor density at optimum moisture content as determined by governing standards. In addition, the stability of subgrades shall be such that when materials for construction are deposited on the subgrade no rutting or displacement of the subgrade by material hauling vehicles will occur. No materials shall be placed on subgrades which are muddy, frozen, or have frost, snow, or water thereon. Subgrades shall be thoroughly compacted and properly shaped before any surfacing, curb and gutter, or sidewalk materials are placed. All subgrade and surfacing shall be sloped as indicated on the drawings, and as needed to achieve a uniform slope between new and existing surfaces. Sidewalks shall slope toward one edge. 3-2. CONCRETE SIDEWALKS. Concrete sidewalks damaged or removed by Contractor during performance of work shall be completely reconstructed at their original locations as indicated on the drawings. The width and thickness of reconstructed sidewalks are to be the same as the original sidewalks and shall be verified with Engineer prior to reconstruction. New concrete sidewalks and handicap ramps shall be as indicated on the drawings and as required. Concrete shall be placed, vibrated, and finished as described in the governing standards. One-half inch expansion joints shall be provided where sidewalks abut a curb, structure, existing sidewalk, at changes in directions, and at intervals of not more than 40 feet. Expansion joints shall be filled to within 314 inch of the surface with bituminous expansion joint material, and then filled flush to the surface with self - leveling caulking in accordance with the Caulking section. The joint sealing compound shall be finished slightly concave, and shall not be allowed to overflow the joint. Concrete sidewalks shall be screeded to the proper elevation and contour. All aggregates shall be completely embedded in mortar. Screeded surfaces shall be given an initial float finish as soon as the concrete has stiffened sufficiently for proper working. Any piece of coarse aggregate which is disturbed by the float or which causes a surface irregularity shall be removed and replaced with mortar. Initial floating shall produce a surface of uniform texture and appearance, with no unnecessary working of the surface. A second floating at the time of initial set shall follow initial floating. Floated surfaces shall be given a light broom finish, using a horsehair broom, to provide a nonslip surface. Brooming shall be done at right angles to the length of the walk. (City of Lubbock, Texas ) 02522 (Southeast Water Reclamation Plant) -2- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Sidewalks shall be edged using a 3 to 4 inch wide edging tool with a 1/8 inch corner radius. Edger lap marks at corners of each slab shall be carefully removed. False joints shall be provided at right angles to the length of the walk, using a grooving tool with 1/8 inch radius. The finished edge on each side of the joint shall be the same width as the edging tool used. False joints shall divide each sidewalk into square sections. The finished surface of all sidewalks shall be neat in appearance, shall be sloped to drain, and shall not pond water. The finished concrete shall be cured and protected as stipulated in the governing standards. 3-3. CONCRETE CURB AND GUTTER. Not Used. 3-4. PROTECTION. In addition to the requirements for protection set forth in the governing standards, Contractor shall protect all adjacent concrete and masonry so that no damage will occur as the result of subsequent construction operations. All damage or discoloration shall be repaired to the satisfaction of Engineer before final acceptance by Owner. Special care shall be taken to prevent bituminous materials from spraying or splashing. Adjacent construction shall be protected by covering with suitable fabric or paper. End of Section (City of Lubbock, Texas } 02522 (Southeast Water Reclamation Plant) -3- (Influent Lift Station Rehabilitation ) - (B&V PN 140092 ) PROTECTIVE SYSTEM DESIGN CERTIFICATE I undersigned engineer, hereby certify that the protection system for (structure name) has been designed by me and is in compliance with the Contract Documents. Name: State of Registration: Signature: P.E. Number Date: (Seal) (City of Lubbock, Texas ) 02200 (Southeast Water Reclamation Plant) -1- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 03300 CAST -IN -PLACE CONCRETE Data Sheet Para- Description Data graph 1-2 Concrete classification, classes. 1✓ Al Liquid -containing 17- A2 Small Aggregate A3 Non -liquid containing r A4 Mortar Puddle I— A5 Drilled Pier 170 B Exterior flatwork r C Architectural 170 D1 Ductbanks, blocking, etc. F D2 Underwater r— D3 Massive r D4 Pan stair I— D5 Wash water trough r D6 Composite topping 1! D7 Lean -1.03 Fly ash. rj Allowed [:� Not allowed 2-2 Required 2-1.10 Fiber concrete required. If "Yes", indicate locations. Yes No 2-2 Fiber concrete locations. 2-1.15 Mineral colored concrete required. If "Yes", indicate locations. Yes No 2-2 Mineral colored concrete locations. 2-2 Cement. Type 1, Type 11, or Type UII Type II or Type UII [ Type V Other If "Other" selected, identify. -2 Low alkali cement. "�� Required Permitted (City of Lubbock, Texas ) 03300 (Southeast Water Reclamation Plant) -1- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 03300 CAST -IN -PLACE CONCRETE PART 1 - GENERAL 1-1. SCOPE. This section covers procurement of all cast -in -place concrete, including concrete materials, limiting requirements, mixture design, formwork, reinforcement, and performance requirements, and delivery to the site through discharge at the end of the delivery truck chute. Placement, finishing, and curing is covered in Section 03350. 1-1.01. Terminology. When the phrase "as required" is stated in this section, it shall mean, "as required in the attached Data Sheet" or "as required in Tables 1A, 1 B, 2A and 2B." 1-1.02. Related Sections include the following: 1. Division 2 Section "Earthwork" for site preparation and drainage fill under slabs -on -grade. 1-2. GENERAL. All cast -in -place concrete shall be as specified herein. 1-2.01. Concrete Classifications. Concrete classifications shall be defined and used as indicated for the following classes: Concrete Classifications A. Structural Concrete Class Class Description A3. Concrete for Non -Liquid Containing Structures; footings, foundations, and all other structural concrete other than for liquid containing structures. B. Exterior Flatwork Concrete C. Not Used. D. Miscellaneous Concrete 1-3. SUBMITTALS. 1-3.01. Drawings and Data. All submittals of drawings; manufacturers' certificates of compliance, recommendations, and test data; reports; catalog data sheets; and other data shall be in accordance with the submittals section, unless otherwise specified herein. (City of Lubbock, Texas ) 03300 (Southeast Water Reclamation Plant) -2- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) As required, reports and certifications on proposed materials and mixture proportions for each concrete mixture design shall be submitted for review within 30 days after the preconstruction conference and prior to conducting the laboratory trial batches for each mixture design. 1-3.02. Manufacturer's Certificate of Compliance. A manufacturer's certificate of compliance, which includes the name of the project and copies of independent test results confirming compliance with specified requirements, shall be submitted to the Engineer for the following materials when used: Cement. Admixtures. Fly Ash. 1-3.03. Steel Reinforcement Shop Drawings. Details of fabrication, bending, and placement, prepared according to ACI 315, "Details and Detailing of Concrete Reinforcement," shall be submitted to the Engineer for review. Drawings shall include material, grade, bar schedules, stirrup spacing, bent bar diagrams, arrangement, and supports of concrete reinforcement. 1-4. STORAGE AND HANDLING. Cement and fly ash shall be stored in suitable moisture proof enclosures. Cement and fly ash which have become caked or lumpy shall not be used. Aggregates shall be stored so that segregation and the inclusion of foreign materials are prevented. The bottom 6 inches of aggregate piles in contact with the ground shall not be used. PART 2 - PRODUCTS 2-1. FORM -FACING MATERIALS. 2-1.01. Smooth -Formed Finished Concrete. Provide form -facing panels that will provide continuous, true, and smooth concrete surfaces. Furnish in largest practicable sizes to minimize number of joints. Materials shall be plywood, metal, or other approved panel materials. 2-1.02. Chamfer Strips. Chamfer strips shall be wood, metal, PVC, or rubber strips, 3/4 x 3/4 inch, minimum. 2-1.03. Form -Release Agent. Shall be a commercially formulated form -release agent that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. (City of Lubbock, Texas ) 03300 (Southeast Water Reclamation Plant) -3- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 2-1.04. Form Ties. Furnish factory -fabricated, removable or snap -off metal or glass -fiber -reinforced plastic form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling of concrete on removal. Furnish units that will leave no corrodible metal closer than 1 inch to the plane of the exposed concrete surface. 2-2. STEEL REINFORCEMENT. Reinforcing bars shall be ASTM A 615, Grade 60, deformed. 2-3. LIMITING REQUIREMENTS. Unless otherwise specified, each concrete mixture shall be designed and controlled, within the following limits, to provide a dense, durable concrete suitable for the expected service conditions. Concrete materials shall be selected and concrete shall be proportioned, batched, mixed, and delivered in a manner that will minimize shrinkage and cracking as specified herein, and as required in accordance with Chapters 3 and 8 of ACI 224R. Concrete temperatures shall be controlled before and until delivery at the end of the delivery truck chute to minimize cracking. Any rise in concrete temperature caused by environmental conditions that will be conducive to excessive shrinkage shall be controlled. For each class of concrete, each concrete mixture shall be designed and concrete shall be controlled within the limits in the specification and in Tables 1A and 1 B. 2-3.01. Cement Content Limits. The minimum quantity of portland cement in the concrete, unless fly ash is used, shall be as indicated in Tables 1A and 1 B. The minimum cement quantities indicated in Tables 1A and 1B shall apply to all concrete containing a water -reducing admixture. Maximum cement content, when ASTM C150 Type I cement is used, shall not be more than 1.15 times the minimum cement content specified. When a Type II, Type 1/II, or Type V cement is used, the cement content shall not be increased more than necessary to achieve the required Ta. 2-3.02. Maximum Water-Cementitious Material Ratio. The maximum water - cement ratio shall be on a cement mass basis, or, if fly ash is used, the combined mass of cement plus fly ash shall be used to determine the water-cementitious materials ratio. Limiting maximum water -cement ratios are indicated in Tables 1A and 1 B. 2-3.03. Fly Ash Content. Contractor may substitute fly ash for portland cement, on the basis of 1.0 Ibs of fly ash added for each lb of cement reduction. Limit percentage, by weight, of cementitious materials other than portland cememnt in concrete to 15 percent. (City of Lubbock, Texas ) 03300 (Southeast Water Reclamation Plant) -4- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 2-3.04. Aggregates. Aggregates shall comply with ASTM C33 except as specified herein. Fine aggregate shall be clean natural sand. Artificial or manufactured sand will not be acceptable. Coarse aggregate shall be crushed rock, washed gravel, or other inert granular material, meeting Class 4S requirements, except that clay and shale particles shall not exceed values indicated in Tables 1A and 1 B. When ASTM C33 gradations are specified, final gradation of the coarse aggregate shall conform to maximum nominal size grading requirements of ASTM C33, when one size of aggregate or a combination of two or more sizes is used. Aggregates used in concrete shall have a combined aggregate distribution similar to the aggregates used in the concrete trial mixtures. Reports of individual -. aggregates shall include sieve sizes 1-1/2 inch, 1 inch, 3/4 inch, 1/2 inch, 3/8 inch, No. 4, No. 8, No. 16, No. 30, and No. 50 in accordance with ASTM El 1. When available aggregates are elongated or slivered and cause interference with mixture mobility, or available aggregate gradations will not comply with the 18-8 requirement and when permitted by Engineer, the combined aggregate percentages may be changed to not more than 22 percent nor less than 6 percent retained on any individual sieve. Specified sand equivalent for fine aggregate shall be not less than indicated in Tables 1A and 1 B for an average of 3 samples tested in accordance with ASTM D2419. The maximum coarse aggregate content consistent with workability and minimizing shrinkage shall be used in the mixture. To comply with the specified = concrete shrinkage test requirements, the clay and shale content of the aggregates may need to be reduced by washing the aggregate. 2-3.05. Ratio of Fine to Total Aggregates. The ratio of fine to total aggregates, based on solid volumes (not weights), shall be as follows: Coarse Aggregate Size Minimum Ratio Maximum Ratio 3/8 inch 0.45 0.60 1 /2 inch 0.40 0.55 3/4 inch 0.35 0.50 1 inch 0.30 0.46 1-1/2 inch 0.25 0.40 2-3.06. Slump. Concrete slump shall be kept as low as possible, consistent with proper handling and thorough consolidation. Unless otherwise noted, required, or (City of Lubbock, Texas ) 03300 (Southeast Water Reclamation Plant) -5- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) authorized by Engineer, slump shall be at least 2 inches and shall not exceed the maximum slump as indicated in Tables 1A and 1 B. When superplasticizer is dispensed at the ready -mix plant, the concrete mixture design shall be based on a maximum slump as indicated in Tables 1A and 1 B; and when superplasticizer is dispensed at the site, slump shall not exceed the maximum slump as indicated in Tables 1A and 1 B before superplasticizer is added. 2-3.07. Initial Set. The initial set, as determined by ASTM C403, shall be attained 5-1/2 hours ±1 hour after the water and cement are added to the aggregates for each concrete mixture. The quantity of retarding admixture shall be adjusted to compensate for variations in temperature and job conditions. 2-3.08. Total Air Content. The total volumetric air content of concrete after placement shall be as indicated in Tables 1A and 1 B, and within ±1 percent. Air - entraining admixture may be omitted from concrete for interior slabs which are to be trowel finished, and from Classes D1, D2, and D7 concrete. 2-3.09. Admixtures. Unless otherwise acceptable to the Engineer, all admixtures shall be from one manufacturer and shall be compatible. Admixtures that are compatible with other admixtures and concrete materials shall not have an adverse affect on the required properties of the concrete nor the specified limiting requirements. The admixture content, batching method, and time of introduction to the mixture shall comply with these specifications and with the manufacturer's recommendations for minimum shrinkage. The admixture manufacturer shall provide qualified field services as necessary, at no additional cost to Owner. Admixtures used in the concrete shall minimize shrinkage and shall be as recommended in writing by the admixture manufacturer prior to conducting the laboratory trial concrete mixture testing and the shrinkage test. No calcium chloride nor admixture containing chloride from sources other than residual impurities in admixture ingredients will be permitted. Admixtures classified as Class 1 in ACI 212R or containing unrefined or raw lignosulfonic acids ("lignins") or their salts will not be acceptable. Combination of admixtures which cause premature or local dehydration or post - compaction settlement of the concrete surface shall not be used. If any such undesirable characteristics are observed, the use of the mixture shall be discontinued and an alternate mixture design used. A water -reducing admixture shall be included in all concrete, except Classes D1 and D7 concrete. Unless otherwise required, a mid -range plasticizing admixture or a superplasticizer may be used, at the option of Contractor, in all other concrete except Classes D1 and D7. When a mid -range plasticizing admixture is used as a superplasticizer or when a superplasticizer is used, the admixture manufacturer (City of Lubbock, Texas ) 03300 (Southeast Water Reclamation Plant) -6- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) shall recommend to Engineer, in writing, the type of superplasticizer to be used with the required water -reducing admixture to achieve the specified initial -set times. Superplasticizer may be dispensed into the concrete at the plant or on the job site and shall be mixed in accordance with the admixture manufacturer's recommendations. Each superplasticizer dose, when dispensed at the site, shall be easily verifiable and recorded on the delivery ticket. The superplasticizer for each load shall be accurately proportioned into a separate container prior to dispensing the admixture into the concrete. When truck -mounted dispensers are used, the system shall not be flushed or cleaned with water until after the entire load of concrete has been discharged. When permitted by Engineer, redosing of concrete with superplasticizer shall be done only once. Redosing procedures shall be as recommended by the admixture manufacturer. 2-3.10. Fiber Concrete. Not Used. 2-3.11. Strength. In addition to the other limiting requirements to achieve durability and minimize shrinkage, the minimum acceptable compressive strengths of concrete tested at the end of the delivery truck chute using 6 by 12 inch site - cast cylinders, as determined by ASTM C39, shall be as indicated in Tables 1A and 1 B. Adequate test cylinders taken at the point of placement will also be made to verify that the construction contractor's concreting procedures comply with applicable industry standard procedures. 2-3.12. Pumped Concrete. Coarse aggregate size for pumped concrete mixtures shall be limited to a maximum of 1-1/2 inch. The slump of concrete, with or without a superplasticizer, that is discharged into the pump may exceed the specified maximum slump value by the amount of slump loss in the pumping system, up to a maximum of 1 inch. The slump loss shall be determined by tests made at each end of the pumping system. 2-3.13. Water -Soluble Chloride. Maximum water-soluble chloride ion concentrations in hardened concrete at an age of 28 days shall not exceed the limits expressed as a percentage of mass of cement as indicated in Tables 1A and 1 B. Test results shall be reported as the percentage of water-soluble chloride ions in the concrete and as a percentage of chloride ion relative to the mass of cement in the concrete. (City of Lubbock, Texas ) 03300 (Southeast Water Reclamation Plant) -7- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Testing of the concrete components, except aggregates, for water-soluble chloride ions will be done at the discretion of Contractor. Copies of the reports on such tests shall be furnished to Engineer. The hardened concrete and each gradation of aggregate used in the concrete shall be tested each time a chloride ion test is conducted on a concrete mixture. 2-3.14. Concrete Mixtures. 2-3.14.01. Structural Concrete. All Class A concrete shall be structural concrete that conforms to all specified limiting requirements in Tables 1A and 1 B and this specification. 2-3.14.02. Miscellaneous Concrete for Pipe Blocking, Pipe Encasement, Concrete Fill and Duct Banks. Concrete for buried pipe blocking, pipe encasement, concrete fill, and duct banks shall conform to the limiting requirements in Tables 1A and 1 B. 2-3.15. Cold Weather Concrete. Except as modified herein, cold weather concrete shall comply with ACI 306R. The temperature of concrete at the point of delivery at the end of the delivery truck chute shall be not less than that indicated in ACI 306R for corresponding outdoor temperature (in shade) at the time of placement: When delivered, heated concrete shall be not warmer than 80°F. 2-3.16. Hot Weather Concrete. Except as modified herein, hot weather concrete shall comply with ACI 305R. At air temperatures of 90OF or above, concrete shall be kept as cool as possible before and during delivery. The temperature of the concrete at the time of delivery at the end of the delivery truck chute shall not exceed the values indicated in Tables 1A and 1B. 2-4. MATERIALS. Cement ASTM C 150, Type I, Type 11, or Type 1/II. Fly Ash ASTM C618, Class C that passes ASTM C1012 testing for moderate sulfate resistance, except loss on ignition shall not exceed 4 percent. Aggregates, Fine and Coarse Water As specified in Limiting Requirements paragraph. Potable. (City of Lubbock, Texas ) 03300 (Southeast Water Reclamation Plant) -8- (Influent Lift Station Rehabilitation ) (B&V PN 140092 } j Admixtures Water Reducing/Normal Set ASTM C494, Type A, except as otherwise specified herein. Water Reducing/Retarding ASTM C494, Type D, except as otherwise specified herein. Air -Entraining ASTM C260; Grace "Daravair" or "Air- Tite", Master Builders "MB-VR" or "AES", or Sika Chemical "AER". Superplasticizing/ Normal ASTM C494, Type F, extended slump Set life type, except as otherwise specified herein; Grace "Daracem" or "Adva", or Master Builders "Reobuild 1000", or "Prokrete PSP-L". Superplasticizing/ Retarding ASTM C494, Type G, extended slump life type, except as otherwise specified herein; Grace "Daracem" or Master Builders "Reobuild 716". Mineral Coloring Fibers 2-5. PROPORTIONING. Not Used. Not Used. 2-5.01. Mixture Design. Using concrete materials acceptable to Engineer, a tentative concrete mixture shall be designed and tested in the laboratory for each size and combined gradation of aggregates and for each consistency as indicated and intended for use on the work and as specified. As required, concrete proportions shall be established based on laboratory trial mixtures that meet the following requirements: a. The combination of materials shall be as proposed for use in the work. b. Mixtures shall conform with the limiting requirements specified herein. c. The required average compressive strength, f'c,, of the trial mixture, using 6 X 12 cylinders, shall exceed the specified minimum acceptable compressive strength, f'c,, as required in Tables 1A and 1 B. (City of Lubbock, Texas ) (Southeast Water Reclamation Plant) (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 03300 -9- d. Trial mixtures of the proportions and consistencies specified for the work shall be prepared. When a three point curve is required by Tables 2A and 213, the three concrete trial mixtures shall reflect the cement content proposed for the project and for the indicated concrete class at three water- cementitious material ratio contents at or lower than indicated in Tables 1A and 1 B. The compressive strength of the cylinders made from the three trial mixtures shall produce a range of compressive strengths exceeding or encompassing the f'cr required for the work. e. For each proposed concrete mixture that is required to be tested as indicated in Tables 2A and 213, at least three 6 by 12 inch compressive strength test cylinders shall be made for each age. Each change in the water-cementitious materials ratio shall be considered a new concrete mixture. Each mixture shall be tested at the ages of 7 days and 28 days with two test cylinders broken at 28 days. f. When a three point curve is required, the results of the cylinder tests for each water-cementitious materials ratio at each age shall be plotted as a curve showing the relationship between compressive strength (along y- axis) and the water-cementitious materials ratio (along x-axis). The water- cementitious materials ratio for the concrete mixture to be used in the work shall be selected from the 28 day curve to produce the required average compressive strength. The cement content and mixture proportions to be used shall be such that the selected water-cementitious materials ratio will not be exceeded at specified maximum slump. These concrete mixture proportions shall be submitted for review in accordance with the submittals section. Mixtures shall be adjusted in the field as necessary, within the limits specified, to meet the requirements of these specifications. 2-5.02. Preliminary Review. Reports covering the source and quality of concrete materials and the concrete proportions proposed for the work shall be submitted to Engineer for review before performing the required trial mixture designs and before concrete work is started. The reports required shall be as indicated in Tables 2A and 2B. Review of these reports will be for general acceptability only, and continued compliance with all contract provisions will be required. 2-5.02.01. Aggregate Reports. Reports on aggregates shall include the information listed in Tables 2A and 213. Aggregate reports shall be project specific and shall be no more than 90 days old at time of submittal. 2-5.02.02. Mixture Design Report. Design quantities and test results on each mixture shall be submitted for review and shall be accepted before concrete work is started. The report on each tentative concrete mixture and on the proposed concrete mixture shall contain the information in Tables 2A and 213, and shall be submitted to Engineer. (City of Lubbock, Texas ) 03300 (Southeast Water Reclamation Plant) -10- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 2-5.02.03. Mixture Design Testing. As stipulated in the Quality Control section, all tests and reports required for preliminary review shall both be made by an independent testing laboratory at the expense of Contractor specifically for this project. All materials shall be tested in accordance with the specified test methods and reports for these tests shall be prepared specifically for this project. If the source of any concrete materials is changed during the contract, the materials and the new mixture design shall be tested in accordance with the specified preliminary review requirements and reports shall be submitted for review. Aggregates shall be sampled and tested in accordance with ASTM C33. In _. addition, the bulk specific gravity of each aggregate shall be determined in accordance with ASTM C127 and ASTM C128. Concrete test specimens shall be made, cured, and stored in accordance with ASTM C192 and tested in accordance with ASTM C39. Slump shall be determined in accordance with ASTM C143. Total air content shall be determined in accordance with ASTM C231 and verified in accordance with ASTM C138. Concrete temperature shall be determined in accordance with ASTM C1064 and unit weight (mass) shall be determined in accordance with ASTM C138. Water-soluble chloride ion shall be determined in accordance with ASTM C1218. Initial set tests shall be made at ambient temperatures of 70OF and 90OF to determine compliance with the specified time for initial set. The test at 70OF shall be made using concrete containing the specified normal set/water-reducing admixture and, when required, air -entraining admixture. The test at 90OF shall be made using concrete containing the specified retarding/water-reducing admixture and, when required, air -entraining admixture. Initial set shall be determined in accordance with ASTM C403. A preliminary test on a trial batch shall be conducted at the project site, using the proposed superplasticizer in the accepted mixture design to determine the correct dosage. When superplasticizer is not included in the trial mixture, the trial batch tested at the site shall be used to determine compatibility of the superplasticizer - with the other materials used in the concrete, including the other admixtures. 2-6. BATCHING AND MIXING. Concrete shall conform to ASTM C94 and shall be furnished by an acceptable ready -mixed concrete supplier. 2-6.01. Consistency. The consistency of concrete shall be suitable for the placement conditions. Aggregates shall float uniformly throughout the mass, and the concrete shall flow sluggishly when vibrated or spaded. The slump shall be kept uniform. (City of Lubbock, Texas ) 03300 (Southeast Water Reclamation Plant) -11- (influent Lift Station Rehabilitation ) (B&V PN 140092 ) 2-6.02. Delivery Tickets. A delivery ticket shall be prepared for each load of ready -mixed concrete and a copy of the ticket shall be submitted to Engineer by the project superintendent within one day of delivery. Tickets shall indicate the name and location of Contractor, the project name, the mixture identification, the quantity of concrete delivered, the quantity of each material in the batch, the outdoor temperature in the shade, the time at which the cement was added, and the numerical sequence of the delivery. PART 3 — EXECUTION 3-1. FORMWORK Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied until concrete structure can support such loads. Construct formwork wo concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. Construct forms tight enough to prevent loss of concrete mortar. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush or wrecking plates where stripping may damage cast concrete surfaces. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. Provide and secure units to support screed strips; use strike -off templates or compacting -type screeds. Chamfer exterior corners and edges of permanently exposed concrete. Coat contact surfaces of forms with form -release agent, according to manufacturer's written instructions, before placing reinforcement. 3-2. EMBEDDED ITEMS. Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast -in -place concrete. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. Install anchor bolts, accurately located, to elevations required. 3-3. STEEL REINFORCEMENT. Comply with CRSI's "Manual of Standard Practice" for placing reinforcement. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. (City of Lubbock, Texas ) 03300 (Southeast Water Reclamation Plant) -12- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 3-4. JOINTS. 3-4.01. Sawed Joints. Form contraction joints with power saw. Cut an early -entry dry -cut 1/8-inch wide joint into concrete within 1 to 2 hours after the finishing process and before final set. 3-5. CONTRACTOR'S ON GOING MATERIAL CONTROL TESTING. The following tests and the test reports are required during the progress of the work and shall be made at the expense of Contractor. The frequency specified herein for each field control test is approximate and subject to change as determined by Engineer. 3-5.01. Fly Ash. Each 400 tons of fly ash shall be sampled and tested in accordance with ASTM C618 and C311. Contractor shall supply Engineer with certified copies of supplier's (source) test reports showing chemical composition and physical analysis for each shipment delivered to Contractor and certifying that the fly ash complies with the specifications. The certificate shall be signed by both the fly ash supplier and Contractor. 3-5.02. Cement. Contractor shall supply Engineer with certified copies of supplier's (source) test reports showing chemical composition and physical analysis for each shipment delivered to Contractor, and certifying that the cement complies with ASTM C150 and these specifications. The certificate shall be signed by both the cement manufacturer and Contractor. 3-6. FIELD CONTROL TESTING. Field control tests, including aggregate gradation (if needed), slump, air content, and making compression test cylinders, shall be performed by Contractor or testing laboratory personnel. Contractor shall provide all facilities and the services of one or more employees as necessary to assist with the field control testing. The frequency specified herein for each field control test is approximate and subject to change as determined by Engineer. Engineer may require field testing prior to the addition of superplasticizer at the site to determine compliance with the specifications. Field testing after the addition of superplasticizer shall be conducted as specified and as needed to determine that the concrete is in compliance with the specifications. Air tests shall be conducted whenever field tests are conducted. 3-6.01. Slump. A slump test shall be made for each 50 cubic yards of concrete. Slump shall be determined in accordance with ASTM C143. 3-6.02. Air Content. An air content test shall be made on concrete from one of the first three batches mixed each day and on concrete from each batch of concrete from which concrete compression test cylinders are made. Air content shall be determined in accordance with ASTM C231 and verified in accordance with ASTM C138. (City of Lubbock, Texas ) 03300 (Southeast Water Reclamation Plant) -13- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 3-6.03. Concrete Temperature. A concrete temperature test shall be made on concrete from the first batch of concrete mixed each day and on concrete from each batch of concrete from which concrete compression test cylinders are made. Concrete temperature shall be determined in accordance with ASTM C1064. 3-6.04. Compression Tests. One set of four concrete compression test cylinders shall be made each day when 25 to 50 cubic yards of concrete is placed. One additional set of test cylinders shall be made from each additional 50 cubic yards, or major fraction thereof, placed in any one day. Two cylinders of each set shall be tested at an age of 7 days and the remaining cylinders shall be tested at an age of 28 days. Test cylinders shall be 6 inches in diameter by 12 inches high and shall be made, cured, stored, and delivered to the laboratory in accordance with ASTM C31 and tested in accordance with ASTM C39. Each set of compression test cylinders shall be marked or tagged with the date and time of day the cylinders were made, the location in the work where the concrete represented by the cylinders was placed, the number of the delivery truck or batch, the air content, the slump, the unit weight, and the concrete temperature. 3-6.05. Test Reports. Five copies of each test report shall be prepared and distributed by the testing laboratory to the Resident Project Representative (two copies), Engineer, and Owner, in accordance with the quality control section. 3-7. EVALUATION AND ACCEPTANCE OF CONCRETE. Concrete will be evaluated for compliance with all requirements of the specifications. Concrete strength will be only one of the criteria used for evaluation and acceptance of the concrete. The results of all tests performed on the concrete and other data and information concerning the procedures for handling, placing, and curing concrete will be used to evaluate the concrete for compliance with the specified requirements. Compression tests will be evaluated in accordance with ACI 318 and as specified herein. A strength test shall be the average of the compressive strengths of two cylinders made from the same concrete sample tested at 28 days. 3-7.01. Compression Test Evaluation. Compressive strength test results will be evaluated for compliance with the specified strength requirements. The strength level of the concrete will be considered satisfactory when the averages of all sets of three consecutive strength tests equal or exceed the specified compressive strength, f'c , and no individual strength test result falls below the specified compressive strength by more than 500 psi. (City of Lubbock, Texas ) 03300 (Southeast Water Reclamation Plant) -14- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 3-7.02. Inspection of Concrete Supplier. Both scheduled and unscheduled visits by inspectors on days of concrete pours shall be accommodated. Inspectors shall be allowed access to mix tickets and mix proportions. TABLE 1A - LIMITING REQUIREMENTS Concrete A B C Classification Concrete Class Al A2 I A3 I A4 I A5 1. Minimum Cement Content, Ibs/cubic yard; based on maximum slump and maximum water-cementitious material ratio. Maximum Nominal Aggregate Size, ASTM C33 aggregate A Size No. 467 (1-1/2") --- --- 489 --- 440 464 --- B Size No. 57 (1") 536 --- 514 --- 460 489 514 C Size No. 67 (3/4") 564 --- 526 --- 480 514 526 D Size No. 7 (1/2") 584 601 555 --- 500 526 555 E Size No. 8 (3/8") 601 636 564 -- 520 555 564 F Fine Aggregate, 750 (Sand) --- --- --- --- --- 2. Compressive Strength, minimum; psi A Field, 7 days; 3,375 3,000 3,000 3,000 3,000 3,000 3,000 B Field, 28 days; f'c 4,500 4,000 4,000 4,000 4,000 4,000 4,000 C Laboratory, 28 days; ff 5,200 5,200 5,200 5,200 5,200 5,200 5,200 cr 3. Maximum water- cementitious 0.42 0.45 0.45 0.45 0.45 0.48 0.45 material ratio 4. Maximum coarse 1 1/2 1-1/2 Sand 1-1/2 1-1/2 1 aggregate size. 5. Aggregate gradation requirements A ASTM C33 maximum nominal --- Yes Yes Yes Yes Yes Yes aggregate size gradation required. B "18-8" combined Yes--- --- --- --- --- --- gradation required. 6. Maximum slump, inches A Slump before super- 3 3 4 6 6 4 3 plasticizer added B Slump after adding 8 8 8 8 8 8 8 superplasticizer (City of Lubbock, Texas ) 03300 (Southeast Water Reclamation Plant) -15- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) TABLE 1A - LIMITING REQUIREMENTS Concrete A B C Classification Concrete Class Al A2 A3 A4 A5 7. Air entrainment, 6 6 6 6 6 6 6 percent, (t1 percent) 8. Concrete Temperature, max. OF A Temperature at time 85 85 90 85 90 95 85 of delivery, max. B Temperature at time 85 85 90 85 90 95 85 of placement, max. TABLE 1 B - LIMITING REQUIREMENTS Concrete D Classification Concrete Class D1 D2 D3 I D4 D5 I D6 D7 1. Minimum Cement Content, lbs/cubic yard; based on maximum slump and maximum water-cementitious material ratio. Maximum Nominal Aggregate Size, ASTM C33 aggregate A Size No. 467 (1-1/2") --- 600* 480 --- --- --- 380 B Size No. 57 (1") 460 620* 500 --- --- 536 400 C Size No. 67 (3/4") 480 640* 520 --- --- 564 420 D Size No. 7 (1/2") 500 660* 555 900 584 584 440 E Size No. 8 (3/8") 520 680* --- 900 601 601 460 2. Compressive Strength, minimum; psi A Field, 7 days; 2,250 3,000* 3,000 3,000 3,000 3,000 1,500 2,000 B Field, 28 days; f'c 3,000 4,000* 4,000 4,000 4,000 4,000 2,000 2,500 C Laboratory, 28 days; 5,200* f tcr 3,200 2,800 4,800 4,400 5,200 5,200 2,000 3. Maximum water- 0.45 cementitious 0.65 0.45 0.50 0.40 0.408 0.45 0.75 material ratio 4. Maximum coarse aggregate size; 1" 1-1/2" 1-1/2" 1/2" 1/2" 1" 1-1/2" inches. (City of Lubbock, Texas ) 03300 (Southeast Water Reclamation Plant) -16- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) TABLE I - LIMITING REQUIREMENTS Concrete D Classification Concrete Class D1 D2 D3 D4 D5 D6 DT 5. Aggregate gradation requirements A ASTM C33 maximum nominal Yes Yes Yes Yes Yes Yes Yes aggregate size gradation required. B "18-8" combined aggregate gradation -- -- --- --- --- --- --- required. 6. Maximum slump, inches A Slump before superplasticizer 5 6 5 4 4 4 6 added B Slump after adding 8 9 8 8 8 8 10 superplasticizer 7. Air entrainment, 4 4 6 4 -- percent (t1 percent) 8. Concrete temperature, max OF A Temperature at time 95 95 90 90 85 85 95 of delivery B Temperature at time 95 95 90 90 85 85 95 of placement NOTES: # "D2" (Underwater concrete) - Limit aggregate to 3/4" for reinforced concrete, up to 1- 1/2" for unreinforced concrete. " "D2" (Underwater concrete).- Reduce cement content 100 Ibs per cubic yard for each aggregate size listed for 2,500 psi. a "135" Wash water trough top edge water -cement ratio, 100 percent sand passing No. 8 sieve. TABLE 2A - SUBMITTAL REQUIREMENTS Concrete Class Al I A2 I A3 I A4 I AS I B I C 1 Aggregate reports (ASTM C33) A Fine aggregate Source and type X X X X X X X Gradation X X X X X X X Deleterious materials X X X X X X X Fineness modulus X X X X X X X B Coarse aggregate (City of Lubbock, Texas ) 03300 (Southeast Water Reclamation Plant) -17- (Influent Lift Station Rehabilitation ) I` (B&V PN 140092 ) , TABLE 2A - SUBMITTAL REQUIREMENTS Concrete Class Al A2 A3 A4 A5 B C Source and type X X X X X X X Gradation X X X X X X X Deleterious materials X X X X X X X Abrasion loss X X X X X X X Soundness test X X X X X X X C Combined aggregate gradation X X X X X X X D "18-8" requirement X 2 Cement, mill report X X X X X X X 3 Cementitious material, type, data sheet, and test report (Fly Ash) X X X X X X X 4 Admixtures, data sheets and certifications for each, and a manufacturer's approval letter X X X X X X X 5 Mixture proportions, reports A Prior experience data --- --- X --- X X --- B Job -specific trial mix X X X X X X X C Three point curves X X X --- --- --- X D Compressive strength at 7 and 28 days X X X X X X X E Mixture proportions report X X X X X X X Slump X X X X X X X Water content X X X X X X X Water-cementitious materials ratio X X X X X X X Brand, type, composition, and quality of cement X X X X X X X Brand, type, composition, and quality of fly ash X X X X X X X Specific gravity of each aggregate X X X X X X X Ratio of fine to total aggregates X X X --- X X X Air content X X X --- X X X Temperature X X X X X X X Unit weight X X X --- X X X Time of initial set at 70OF and 90°F. X X X X X X X 6 Water-soluble chloride ion, report I X X I X X I X X X (City of Lubbock, Texas ) 03300 (Southeast Water Reclamation Plant) -18- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) TABLE 2A - SUBMITTAL REQUIREMENTS Concrete Class Al A2 A3 A4 A5 B C 7 Field compression test evaluation reports taken at end of delivery truck X X X --- --- X X chute TABLE 2B - SUBMITTAL REQUIREMENTS Concrete Class D1 I D2 D3 D4 D5 DS D7 1 Aggregate reports A Fine aggregate Source and type X X X --- X X --- Gradation X X X --- X X --- Deleterious materials X X X --- X X --- Fineness modulus --- X --- X X X --. B Coarse aggregate Source and type X X X X X X X Gradation X X X X X X X Deleterious materials X X X X X X --- Abrasion loss --- X X --- X X --- C Combined aggregate gradation X --- X X --- --- --- " 18-8" requirement .-- --- ... _._ _._ _._ 2 Cement, mill report X X X X X X X 3 Cementitious material, type, data sheet, and test report (fly ash) X X X X X X X 4 Admixtures, data sheets and certifications for each, and a manufacturer's approval letter --- X --- X X X --- 5 Mixture proportions, reports A Prior experience data X --- X X X X X B Job -specific trial mix --- X --- --- --- --- ... C Three point curves --- X --- --- --- --- ... D Compressive strength at 7 and 28 days X X X X X X X E Mixture proportions report X X X X X X X Slump --- X --- X X X --- Water content X X X X X X --- Water-cementitious materials ratio X X X X X X --- Brand, type, composition, and quality of cement X X X X X X (City of Lubbock, Texas ) 03300 (Southeast Water Reclamation Plant) -19- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) �_ 3 TABLE 2B - SUBMITTAL REQUIREMENTS Concrete Class D1 D2 D3 D4 D5 D6 D7 Brand, type, composition, and quality of fly ash X X X X X X X Specific gravity of each aggregate X X X X X X X Ratio of fine to total aggregates --- --- --- --- X X --- Air content --- --- X X X X --- Temperature X X X X X X X Unit weight --- X X --- X X --- Time of initial set at 70OF and 90°F. X X X X X X X 7 Field Compression Test Evaluation Reports taken at End of Delivery Truck Chute --- X X --- --- X -- End of Section (City of Lubbock, Texas ) 03300 (Southeast Water Reclamation Plant) -20- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 03350 CONCRETE PLACING, FINISHING, AND CURING PART 1 —GENERAL 1-1. SCOPE. This section covers placing, finishing, and curing of cast -in -place concrete. 1-2. GENERAL. All cast -in -place concrete shall be accurately formed and prop- erly placed, finished, and cured as indicated on the drawings and as specified herein. 1-3. SUBMITTALS. 1-3.01. Drawings and Data. All submittals of test data, manufacturers' certificates of compliance, reports, catalog data sheets and other data shall be in accordance with the Submittals section. 1-3.02. Manufacturer's Certificate of Compliance. A manufacturer's certificate of compliance, which includes the name of the project and, when requested, copies of independent test results confirming compliance with specified requirements, shall be submitted to Engineer for the following materials: Membrane curing compound and floor sealer. Epoxy bonding agent. 1-3.03. Lift Drawings. Concrete lift drawings shall be submitted in accordance with the Submittals section. PART 2 - PRODUCTS 2-1. LIMITING REQUIREMENTS. Each concrete mixture will be designed and controlled, within the limits specified in the Cast -in -Place Concrete section, to pro- vide a dense, durable concrete suitable for the expected service conditions. Concrete shall be handled, placed, and cured in a manner that will minimize shrinkage and cracking as specified herein, and in accordance with Chapters 3 and 8 of ACI 224R. Concrete temperatures shall be controlled both before and after placement to minimize cracking. Any rise in concrete temperature caused by environmental conditions that will be conducive to excessive shrinkage shall be controlled with blankets or other acceptable means of insulation. (City of Lubbock, Texas ) 03350 (Southeast Water Reclamation Plant) -1- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 2-1.01. Slump. Concrete slump shall be kept as low as possible, consistent with proper handling and thorough consolidation. Unless otherwise authorized by En- gineer, slump shall be at least 2 inches and shall not exceed values specified in the Cast -in -Place Concrete section. When superplasticizer is dispensed at the site, slump shall not exceed values specified in the Cast -in -Place Concrete section before superplasticizer is added and shall not exceed values specified in the Cast - in -Place Concrete section after superplasticizer has been added. 2-1.01.01. Pumped Concrete. The slump of concrete, with or without a superplas- ticizer, that is discharged into the pump may exceed the specified maximum slump value by the amount of slump loss in the pumping system, up to a maximum of 1 inch. 2-1.02. Admixtures. Superplasticizer may be dispensed into the concrete on the jobsite and shall be mixed in accordance with the admixture manufacturer's rec- ommendations. Each superplasticizer dose, when dispensed at the site, shall be easily verifiable. The superplasticizer for each load shall be accurately proportioned into a separate container prior to dispensing the admixture into the concrete. When truck - mounted dispensers are used, the system shall not be flushed or cleaned with wa- ter until after the entire load of concrete has been discharged. When permitted by Engineer, redosing of concrete with superplasticizer shall be done only once. Re - dosing procedures shall be as recommended by the admixture manufacturer. 2-2. MATERIALS. Concrete Surface Color- ing/Hardener Polyethylene Film Pre -Cure Finishing Aid Nonslip Aggregate Epoxy Bonding Agent (City of Lubbock, Texas ) (Southeast Water Reclamation Plant) (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Dry -shake colored hardener for concrete flatwork; Davis Colors "Color -Shake", L.M. Scofield "Lithchrome", Master Builders "Colorcron", or Tamms "Dust -On Color Hardener". ASTM C171 Burke "Finishing Aid Concentrate", Euclid "Eucobar", L&M Chemical "E-Con", Master Builders "Confilm", or Sika "Sikafilm". Aluminum oxide aggregate; L&M Chemical "Grip It" or Sonneborn "Frictex H". ASTM C881, Type V, moisture insensitive, 100 percent solids; Master Builders "Con- cresive Paste LPL" , Euclid "Euco #352 or #452"or Prime Resins "Prime Bond". 03350 -2- Membrane Curing Compound and Floor Sealer VOC — EPA ASTM C1315, Type I, Class A, maximum VOC 5.8 lb/gal, minimum 25 percent sol- ids, acrylic, nonyellowing, unit moisture loss 0.40 kg/m2 maximum in 72 hours; L&M Chemical "Lumiseal Plus", Sonneborn "Kure-N-Seal 30 ", or Euclid Chemical "Su- per Diamond Clear". VOC — Compliant ASTM C1315, Type I, Class A, water based, VOC-compliant acrylic, maximum VOC 2.9 lb/gal, minimum 25 percent solids, nonyellowing, unit moisture loss 0.4 kg/m2 in 72 hours maximum; Euclid "Super Dia- mond Clear VOX", L&M Chemical "Lumiseal WB Plus", or Sonneborn "Kure 1315". 2-3. FORMS. Formwork tolerances, design and construction is specified in the Concrete Formwork section. 2-3.01. Form Removal. When forms are removed before the specified curing is completed, measures shall be taken to immediately continue curing and to provide adequate thermal protection for the concrete. Additional form removal requirements are indicated in the Concrete Formwork sec- tion. 2-4. PLACEMENT AGAINST SUBGRADE. Where concrete is placed against gravel or crushed rock which does not contain at least 25 percent material passing - a No. 4 sieve, such surfaces shall be covered with polyethylene film to protect the concrete from loss of water. Joints in the film shall be lapped at least 4 inches and taped. Where concrete is placed against rock, all loose pieces of rock shall be removed and the exposed surface cleaned with a high-pressure water spray. 2-5. EMBEDMENTS. As specified in the Cast in Place Concrete section. 2-6. CONTRACTION JOINTS. As specified in the Cast in Place Concrete sec- tion. (City of Lubbock, Texas ) 03350 (Southeast Water Reclamation Plant) -3- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) PART 3 - EXECUTION 3-1. RECEIVING. Contractor shall check each delivery ticket to verify the con- crete class delivered to the jobsite is in compliance with the concrete requested and is suitable for Contractor's handling, placing, finishing, and curing procedures. Engineer shall collect the delivery tickets from the truck operator. 3-2. PLACEMENT. The limits of each concrete pour shall be determined by Con- tractor and shall be acceptable to Engineer. All concrete within the predetermined limits shall be placed in one continuous operation. Before concrete is placed, forms, reinforcement, water stops, anchor bolts, and embedments shall be rigidly secured in proper position; all dirt, mud, water, and debris shall be removed from the space to be occupied by concrete; all surfaces encrusted with dried concrete from previous placements shall be cleaned; and the entire installation shall be acceptable to Engineer. Remove all frost, ice, and snow from within the formwork before concrete is placed. Contractor shall inform Engineer at least 24 hours in advance of the times and places at which he intends to place concrete. 3-2.01. Bondinq to Hardened Concrete. The surface of hardened concrete upon which fresh concrete is to be placed shall be rough, clean, sound, and damp. Be- fore placement of plastic concrete, the hardened surface shall be cleaned of all laitance and foreign substances (including curing compound), washed with clean water, wetted thoroughly, and the surface made free of standing water. Surface profile of the hardened concrete after surface preparation shall be as required for good bond. 3-2.02. Conveying Concrete. Methods of conveying concrete to the point of final deposit shall prevent segregation or loss of ingredients. After placement in the forms, concrete shall not be moved laterally more than 5 feet. Concrete's free fall should not exceed 4 feet. 3-2.03. Pumping Concrete. The slump loss shall be determined by tests made at each end of the pumping system. If tests indicate a slump loss greater than 1 inch in the pumping system, Contractor shall modify the pumping system as required to reduce the slump loss to 1 inch or less. 3-2.04. Placing Concrete. For proper compaction, concrete shall be placed in ap- proximately horizontal layers not to exceed 24 inches. Each layer of concrete shall be plastic when covered with the following layer, and the rate of vertical rise of the concrete in the forms shall be not less than 24 inches per hour. Vertical construction joints shall be provided as necessary to comply with these require- ments. (City of Lubbock, Texas ) 03350 (Southeast Water Reclamation Plant) -4- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Concrete shall be thoroughly settled before top finishing. All laitance, debris, and surplus water shall be removed from concrete surfaces at tops of forms by screed- -- ing, scraping, or other effective means. Wherever the top of a wall will be exposed to weathering, the forms shall be overfilled and after the concrete has settled, the excess shall be screeded off. 3-2.05. Compaction. During and immediately after placement, concrete shall be thoroughly compacted and worked around all reinforcement and embedments and into the corners of the forms. Mechanical vibrators shall maintain at least 14,000 cycles per minute when immersed in the concrete. The number and type of vibrators shall be acceptable to Engineer. The use of "jitterbug" tampers to compact concrete flatwork will not be permitted. 3-2.06. Cold Weather Concreting. Except as modified herein, cold weather con- creting shall comply with ACI 306R. The temperature of concrete at the time of delivery shall not be less than that indicated in the Cast -in -Place Concrete section for corresponding outdoor temperature (in shade) at the time of placement. When placed, heated concrete shall not be warmer than 80°F. When freezing temperatures may be expected during the curing period, the concrete shall be maintained at a temperature of at least 50OF for 5 days or 70OF for 3 days, after placement. Concrete and adjacent form surfaces shall be kept continuously moist. Sudden cooling of concrete shall not be permitted. 3-2.07. Hot Weather Concreting. Except as modified herein, hot weather concret- ing shall comply with ACI 305R. At air temperatures of 90OF or above, concrete shall be kept as cool as possible during placement and curing. The temperature of -' the concrete when placed in the work shall not exceed the values indicated in the Cast -in -Place Concrete section. - Plastic shrinkage cracking due to rapid evaporation of moisture shall be prevented. Concrete shall not be placed when the evaporation rate (actual or anticipated) equals or exceeds 0.2 lb per square foot per hour, as determined by Figure 2.1.5 - in ACI 305R. 3-2.08. Placement Sequence. No two abutting sections shall be placed within a period of 48 hours, unless otherwise authorized by Engineer. 3-3. FINISHING UNFORMED SURFACES. Buried and permanently submerged concrete blocking and encasement will require no finishing except as necessary to obtain the required surface elevations or contours. The unformed surfaces of all other concrete shall be screeded and given an initial float finish followed by addi- tional floating, and troweling where required. 3-3.01. Screeding. Screeding shall produce a concrete surface conforming to the proper elevation and contour, with all aggregates completely embedded in mortar. (City of Lubbock, Texas ) 03350 (Southeast Water Reclamation Plant) -5- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 3-3.02. Application of Pre -Cure Finishing Aid. Concrete flatwork subject to rapid evaporation due to hot weather, drying winds, and sunlight shall be protected with a pre -cure finishing aid. The finishing aid shall form a monomolecular film on the surface of fresh, plastic concrete to retard evaporation. Immediately following screeding, pre -cure finishing aid shall be sprayed over the entire surface of fresh, plastic concrete flatwork at a rate of not less than 200 square feet per gallon, in accordance with the manufacturer's recommenda- tions. The spray equipment shall have sufficient capacity to continuously spray finishing aid at approximately 40 psi with a suitable nozzle as recommended by the manufacturer. The sprayable solution shall be prepared as recommended by the manufacturer. Under severe drying conditions, additional applications of finishing aid may be re- quired following each floating or troweling, except the last finishing operation. 3-3.03. Floating. Screeded surfaces shall be given an initial float finish as soon as the concrete has stiffened sufficiently for proper working. Any piece of coarse aggregate which is disturbed by the float or which causes a surface irregularity shall be removed and replaced with mortar. Initial floating shall produce a surface of uniform texture and appearance, with no unnecessary working of the surface. r Initial floating shall be followed by a second floating at the time of initial set. The second floating shall produce a finish of uniform texture and color, and unless ad- ditional finishing is specifically required, shall produce the completed finish for un- formed surfaces. Floating shall be done with hand floats or suitable mechanical compactor -floats. 3-3.04. Troweling. Interior floor surfaces which will be exposed after construction is completed; surfaces to be covered with resilient floor coverings, thinset terrazzo, or seamless floor covering; exposed top surfaces of equipment bases and interior curbs; and other surfaces designated on the drawings shall be steel trowel fin- ished. Surfaces to be covered with elastomeric deck covering shall be lightly troweled but not burnished. Trowel finishing will not be required for floors which are normally submerged. Troweling shall be performed after the second floating when the surface has hardened sufficiently to prevent an excess of fines being drawn to the surface. Troweling shall produce a dense, smooth, uniform surface free from blemishes and trowel marks. 3-3.05. Edging. Unless specified to be beveled, exposed edges of floated or troweled surfaces shall be edged with a tool having at least a 1 /8 inch corner ra- dius. (City of Lubbock, Texas ) 03350 (Southeast Water Reclamation Plant) -6- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 3-3.06. Broom Finish. Where required, concrete surfaces shall be given a light broom finish to produce a nonslip surface. Brooming shall be done after the sec- ond floating and at right angles to the normal direction of traffic. 3-3.07. Pavement Finishing. The surface of pavements shall not vary more than 1/8 inch under a 10 foot straightedge placed parallel to the center line. Following placement and consolidation, and the disappearance of bleed water, the concrete surface shall be drag finished, using a seamless strip of damp burlap over the full width of the surface. The burlap drag shall consist of sufficient layers of burlap and shall have sufficient length in contact with the concrete to slightly groove the surface. The drag shall be moved forward with a minimum bow of the lead edge. The drag shall be kept damp, clean, and free of particles of hardened concrete. When acceptable to Engineer, carpet, artificial turf, or cotton fabric may also be used. Following placement and consolidation, and the disappearance of bleed water, the concrete surface shall be broom finished with a broom acceptable to Engineer. The broom shall be not less than 18 inches wide and made from good quality bass or bassine fibers not more than 5 inches long. The broom finishing shall produce regular corrugations not over 1/8 inch deep. The broom shall be pulled square across the surface, from edge to edge, with adjacent strokes slightly overlapped, and shall not tear the concrete surface. Following placement and consolidation, and the disappearance of bleed water, the concrete surface shall be grooved in the transverse direction, using a wire broom or comb with a single row of tines. Unless otherwise permitted by Engineer, the grooving shall be at least 1/8 inch wide at 3/4 inch centers, and the groove depth shall be approximately 1/8 inch. The transverse grooving shall terminate approxi- mately 1 foot from the gutter line at the base of the curb. The area adjacent to the curb shall be given a light broom finish longitudinally. 3-3.08. Sidewalk Finishing. Concrete surfaces shall be screeded to the proper - • elevation and contour. All aggregates shall be completely embedded in mortar. Screeded surfaces shall be given an initial float finish as soon as the concrete has stiffened sufficiently for proper working. Any piece of coarse aggregate which is disturbed by the float or which causes a surface irregularity shall be removed and replaced with mortar. Initial floating shall produce a surface of uniform texture and appearance, with no unnecessary working of the surface. Initial floating shall be w. followed by a second floating at the time of initial set. Floated surfaces shall be given a light broom finish, using a horsehair broom, to provide a nonslip surface. Brooming shall be done at right angles to the length of the walk. (City of Lubbock, Texas ) 03350 (Southeast Water Reclamation Plant) -7- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Sidewalks shall be edged using a 3 or 4 inch wide edging tool with a 1/8 inch cor- ner radius. Edger lap marks at corners of each slab shall be carefully removed. False joints shall be provided at right angles to the length of the walk, using a grooving tool with 1/8 inch radius. The finished edge on each side of the joint shall be the same width as the edging tool used. False joints shall divide each sidewalk into square sections. The finished surface of all sidewalks shall be neat in appearance, shall be sloped to drain, and shall not pond water. 3-4. FLOOR SEALER. All concrete floors which are subject to foot traffic and are not required to be covered with resilient floor coverings, thinset terrazzo, seamless flooring, ceramic tile, or quarry tile shall be given two coats of clear floor sealer in addition to any which may have been applied as membrane curing compound. Prior to application of each coat of sealer, the floor shall be thoroughly cleaned of dirt, grease, and other foreign matter. The first coat shall be applied at the end of the curing period and before any traffic is permitted on the floor. The second coat shall be applied in preparation for substantial completion of the work. Floor sealer shall be applied in accordance with the manufacturer's recommendations. 3-5. CURING. Concrete shall be protected from loss of moisture for at least 7 days after placement; however, when concrete is also being protected from low temperatures, the period of curing by saturation shall be 1 day less than the dura- tion of the low temperature protection. Curing of concrete shall be done by methods which will keep the concrete sur- faces adequately wet for the specified curing period. 3-5.01. Water Curing. Water saturation of concrete surfaces shall begin as soon as possible after initial set. The rate of water application shall be regulated to pro- vide complete surface coverage with a minimum of runoff. Acceptable methods of water curing are described in ACI 308. The application of water to walls may be interrupted for grout cleaning only over the areas being cleaned at the time, and the concrete surface shall not be permitted to become dry during such interruption. 3-5.02. Membrane Curing. Unless otherwise specified, membrane curing com- pound may be used instead of water curing on concrete in non -liquid -containing structures which will not be covered later with topping, mortar, coating, or addi- tional concrete. Membrane curing compound shall be sprayed at a coverage rate of not more than 300 square feet per gallon. The spray equipment shall have sufficient capacity to continuously spray curing compound at approximately 40 psi with a suitable nozzle as recommended by the manufacturer. Unformed surfaces shall be covered with the first coat of curing compound within 30 minutes after final finishing. A second coat of curing compound shall be applied when the first coat has become tacky to (City of Lubbock, Texas ) 03350 (Southeast Water Reclamation Plant) -8- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) the touch and shall be applied at right angles to the first coat. If forms are re- moved before the end of the specified curing period, curing compound shall be immediately applied to the formed surfaces. Concrete surfaces shall be covered with white polyethylene sheeting immediately after the curing compound has become dry to the touch. White polyethylene sheeting shall completely cover the surfaces and shall overlap the edges for proper sealing and anchorage. Joints between sheets shall be sealed. All tears, holes, and other damage shall be promptly repaired. Covering shall be anchored continuously at edges, and shall be anchored as necessary to prevent billowing on the surface. Curing compound shall be suitably protected against abrasion during the curing period. 3-5.03. Film Curing. Unless otherwise specified, film curing with white polyethyl- ene sheeting may be used instead of water curing on concrete in nonliquid- containing structures which will be covered later with mortar or additional concrete, or which will otherwise not be exposed to view. Film curing shall begin as soon as possible after initial set of the concrete. The concrete surfaces shall be completely covered with polyethylene sheeting. Sheet- ing shall overlap the edges of the concrete for proper sealing and anchorage, and joints between sheets shall be sealed. All tears, holes, and other damage shall be promptly repaired. Covering shall be anchored continuously at edges and as nec- essary to prevent billowing on the surface. 3-6. REPAIRING DEFECTIVE CONCRETE. Defects in formed concrete surfaces shall be repaired within 24 hours to the satisfaction of Engineer. Defective con- crete shall be replaced within 48 hours after the adjacent forms have been re- moved. All concrete which is honeycombed or otherwise defective shall be cut out and removed to sound concrete, with edges cut square to avoid feathering. Concrete repair work shall conform to Article 5.3.7. of ACI 301 and shall be per- formed in a manner that will not interfere with thorough curing of the surrounding concrete. Repair work shall be adequately cured. 3-7. FINISHING FORMED SURFACES. Fins and other concrete surface projec- tions shall be removed from all formed surfaces, except exterior surfaces that will be in contact with earth backfill and are not specified to be dampproofed. A power grinder shall be used, if necessary. Surfaces to be dampproofed shall have fins removed and tie holes filled, but no additional finishing will be required. 3-7.01. Tie Holes. Tie holes in formed surfaces shall be cleaned, wetted, and filled with patching mortar. The patches shall be finished flush and cured and shall match the texture and color of the adjacent concrete. (City of Lubbock, Texas ) 03350 (Southeast Water Reclamation Plant) -9- (Influent Lift Station Rehabilitation } (B&V PN 140092 ) 3-7.02. Grout Cleaning. Surfaces exposed to view shall be finished by grout cleaning. Grout -cleaned finish shall conform to Paragraph 5.3.3.4.b. of ACI 301. Grout cleaning shall not result in an overall plastering of the concrete surfaces, but shall produce a smooth, uniform surface free of marks, voids, surface glaze, and ce- ment dust. 3-8. TOLERANCES. Tolerances for cast -in -place concrete work shall be as stipu- lated in ACI 117, unless otherwise indicated. 3-9. CLEANING EMBEDMENTS. Embedments shall be clean when installed. After placement of concrete, surfaces of embedments not in contact with concrete shall be cleaned of concrete spatter and other foreign substances. 3-10. OWNER'S FIELD CONTROL TESTING. As stipulated in Section 03300, "Cast in Place Concrete," field control tests, including slump, air content, and mak- ing compression test cylinders, shall be performed by Engineer or testing labora- tory personnel. Contractor shall provide all facilities and the services of one or more employees as necessary to assist with the field control testing. Engineer may require field testing prior to the addition of superplasticizer at the site to determine compliance with the specifications. Field testing after the addi- tion of superplasticizer shall be conducted as specified and as required to deter- mine that the concrete is in compliance with the specifications. Air content tests shall be conducted whenever field tests are conducted. 3-11. EVALUATION AND ACCEPTANCE OF CONCRETE. Concrete will be evaluated for compliance with all requirements of the specifications. Concrete strength will be only one of the criteria used for evaluation and acceptance of the concrete. The results of all tests performed on the concrete and other data and information concerning the procedures for handling, placing, and curing concrete will be used to evaluate the concrete for compliance with the specified require- ments. End of Section (City of Lubbock, Texas ) 03350 (Southeast Water Reclamation Plant) -10- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 03430 STRUCTURAL PRECAST CONCRETE PART 1 - GENERAL 1-1. SCOPE. This section covers the design, fabrication, and erection of prestressed, precast concrete members of hollow core construction for roof applications. 1-2. GENERAL. Structural precast concrete members shall be furnished and installed complete with all embedments, accessories, and special construction as specified and as indicated on the drawings. Layouts and details are based on members of the widths indicated on the drawings. Members with a different standard width will be considered provided that complete layouts and details are furnished to show all modifications necessary to accommodate the substitute product. 1-3. SUBMITTALS. Complete drawings and data covering fabrication, layout, and installation shall be submitted in accordance with the submittals section. All drawings and calculations shall bear the seal of a professional engineer licensed in Texas. Information to be submitted for review shall include: - Y Letter or certification from a licensed engineer certifying that the product has been designed and constructed in accordance with the Contract Documents. Details of sections where concentrated loads are to be applied and where boxouts are provided, including saddles, headers, and other special supports. All dead and live loads used in the design of members as specified on the contract drawings and in the specification. Reports covering source and quality of concrete materials. Test reports showing compressive strength of each design mix. Test reports for required testing during production. Information on plant capability, productivity, quality assurance program, and manufacturing equipment and procedures. Certification of the Manufacturer by Prestressed Concrete Institute (PCI). (City of Lubbock, Texas ) 03430 s (Southeast Water Reclamation Plant) -1- _ a (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) I' 1-4. DELIVERY STORAGE AND HANDLING. Prestressed concrete members shall not be damaged during handling and shall be kept from contact with adjacent concrete members. Members shall be stored on timber skids and leveled to avoid twisting or other undesirable stresses. Members shall not be moved from the Manufacturer's yard until completion of the specified curing period. The open ends of cores shall be protected from the elements to prevent trapping of moisture in the cores. Manufacturer will be responsible for the condition of prestressed members until they are removed from the delivery vehicle at the site. PART 2 - PRODUCTS 2-1. PERFORMANCE AND DESIGN REQUIREMENTS. Structural precast concrete shall be suitable for the service conditions as specified and as indicated on the drawings. Members, including embedments and accessories, shall be designed in accordance with the following performance and design requirements. 2-1.01. Codes and Standards. Except as otherwise specified herein, design, fabrication, and installation shall comply with all applicable provisions of the following: ACI 318, American Concrete Institute, "Building Code Requirements for Structural Concrete". PCI MNL-116, Prestressed Concrete Institute, "Manual for Quality Control for Plants and Production of Precast Prestressed Concrete Products". 2003 International Building Code, International Code Council. 2-1.02. Performance and Design Requirements. The following requirements shall apply to the prestressed concrete: The maximum size of aggregate shall be 3/4 inch. The maximum size of prestressing strand shall be 1/2 inch. For all members, under dead load conditions (the dead load of the member plus the required superimposed uniform dead load), there shall be no flexural tension in the precompressed tensile zone. (City of Lubbock, Texas ) 03430 (Southeast Water Reclamation Plant) -2- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) For all members, the maximum flexural tension in the precompressed tensile zone under applied dead load plus live load shall be: 6 x sqrt fc, psi Members shall be designed for the loadings, penetrations, and configurations indicated on the drawings. Installed camber shall exceed total deflection caused by superimposed dead load and longtime effects of shrinkage and creep. Adjacent members shall have approximately the same camber. Immediate deflection of members due to live load shall not exceed span/480. Members shall have embedments and additional reinforcing to satisfy support and anchorage details. Manufacturer shall design and detail connections in general accordance with the configurations indicated on the drawings. Connection design shall satisfy all applicable requirements of the building code. 2-2. MATERIALS. Materials for the prestressed members shall be new and free from defects, and shall meet the following requirements unless indicated otherwise on the design drawings. All materials shall be suitable for prestressed concrete construction. Prestressing Strand ASTM A416. Reinforcing Steel ASTM A615, Grade 60, deformed. Welded Wire Fabric ASTM A185 or A497. Deformed Bar Anchors (DBA) ASTM A496 with a minimum 70,000 psi yield strength and minimum 80,000 psi tensile strength. TRW/Nelson division or equal. Headed Studs ASTM A108 with a minimum 50,000 psi yield strength and minimum 60,000 psi tensile strength. TRW/Nelson division or equal. Steel Embedments and Accessories Shapes and Plates ASTM A36, galvanized. (City of Lubbock, Texas ) 03430 (Southeast Water Reclamation Plant) -3- t- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Ili Bolts and Nuts High Strength ASTM A325, Type 1; tested in accordance with Article 9.2 thereof. Unfinished ASTM A307. Nuts, Self -Locking Prevailing torque type; IF[-100, Grade A. Washers Flat ASTM F844. Flat, Hardened ASTM F436, Type 1. Lock ANSUASME B18.21.1, helical spring type. Beveled ASTM F436, Type 1. Load Indicator ASTM F959, compressible -washer type direct tension indicator as manufactured by J&M Turner, Inc.; tested in accordance with Article 10.2 of ASTM F959. Galvanizing Hot dipped, G90, in accordance with ASTM A123, A153, and A385. Concrete Minimum compressive strength of 5,000 psi at 28 days. Cement ASTM C150, Type I or Type III. Aggregates ASTM C33 or C330. Water Clean and free from deleterious substances. Bearing Pads Elastomeric Isotropic Random Oriented Fiber Reinforced Pad; JVI Inc. "Masticord" or Voss Engineering "Fiberlast". Expansion Joint Filler ASTM D1752, Type 1, preformed sponge rubber, except when indicated otherwise on the drawings. Mortar (for grouting precast Minimum compressive strength of hollow core concrete members) 5,000 psi at 28 days, unless indicated otherwise on the drawings. Cement ASTM C150, Type I. (City of Lubbock, Texas ) 03430 (Southeast Water Reclamation Plant) -4- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Sand ASTM C404, natural sharp sand. Pea Gravel (If used) ASTM C404, coarse aggregate, 90 percent passing a 3/8 inch sieve. Leveling Mortar Sika "SikaSet Mortar", unless indicated otherwise on the drawings. Water Clean and free from deleterious substances. 2-3. MANUFACTURE. 2-3.01. Configuration. Members shall be rigid, adequately braced, and free from dents, gouges, or other irregularities which would impair the quality, appearance, or performance of the members. The side edges of cored members shall have a continuous grout key. Side edges shall have a rounded soffit edge unless otherwise approved by Engineer. 2-3.02. Release of Tension. The concrete shall attain a compressive strength of at least 3,500 psi before the pretensioning stress in the prestressing strands is released. 2-3.03. Embedded Accessories. All plates, inserts, and other accessories which are required to be embedded in the members shall be installed at the time of manufacture. All embedded items shall be accurately positioned and shall be rigidly held in position during concrete placement. It is essential that bearing plates be installed in exact and true position. Prestressed members shall be provided with lifting loops or similar devices to facilitate handling as needed. 2-3.04. Openings and Inserts. Openings for roof ventilators, skylights, roof drains, and other items as indicated on the drawings shall be incorporated into the design and fabrication. The drawings shall be carefully reviewed for the openings and inserts required by the work of all trades, and all openings and inserts which are beyond the limitations of field modification shall be provided by the manufacturer. Side edges of openings shall be formed or cut neatly and shall have vertical surfaces. Saddles, headers, or other suitable supports shall be provided by the manufacturer as necessary for the size and location of openings. The manufacturer's submittals shall state the limitations for field cutting or modification. 2-3.05. Ends of Strands. Protruding ends of prestressing strands shall be cut off flush with the concrete and coated or finished to prevent rusting. (City of Lubbock, Texas ) 03430 (Southeast Water Reclamation Plant) -5- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 2-3.06. Surface Finish. The top surface of horizontal members shall be given a smooth float finish unless specifically indicated otherwise on the drawings. Formed surfaces shall have a smooth uniform texture and color. All fins and other projections shall be removed from formed surfaces, and all holes and other surface defects shall be repaired to the satisfaction of Engineer. 2-3.07. Shop Markings. Each member shall have shop markings, painted or labeled at a place not exposed to view after installation, to indicate location and position in the structure in accordance with the manufacturers layout drawings. 2-3.08. Bearing Pads. Bearing pads shall be used where indicated on the drawings or in accordance with the manufacturer's typical connections details as accepted by Engineer. 2-4. CEMENTITOUS MATERIALS FOR ERECTION. 2-4.01. Mortar (For Grouting Precast Hollow Core Members). Mortar for grouting precast hollow core members shall be fine or shall be coarse concrete grout meeting the requirements of ASTM. Only enough water shall be added to produce a mixture which is flowable, but which will not show an excess of water when placed. Unless otherwise specified, mortar shall have a slump ranging from 8 to 11 inches. 2-5. CURING. Concrete shall be cured by continuous surface saturation or inundation, exposure to steam or saturated air in a tightly closed room or chamber, or other method acceptable to Engineer. Moist curing shall be maintained for at least 7 days when Type I cement is used, or 48 hours when Type III cement is used. The steam curing period shall be as needed to reach minimum compressive strength. Members shall be air cured in the fabricator's yard until they attain an age of at least 30 days. 2-6. TOLERANCES. Tolerances for prestressed concrete members shall be as recommended by PCI MNL-116, Division VI. Prestressed members will be rejected for any of the following: Length variation in excess of 1/2 inch (1/4 inch each end) of adjacent units or 1 inch maximum between the longest and shortest units. Edges varying in excess of specified tolerance criteria. Deviation from design camber, differential camber between adjacent members of the same design, or warp or camber which cannot be controlled by the fastening system between members. Improperly placed accessories or boxouts. Unsatisfactory surface finish. (City of Lubbock, Texas ) 03430 1 (Southeast Water Reclamation Plant) -6- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Exposure of wire mesh, reinforcing steel, or prestressing strand, except where cut off at the ends. Honeycomb. Fractures, cracks, chips, or spalls which cannot be repaired to the satisfaction of Engineer. Irregularities resulting from damaged forms. 2-7. TESTING. Six concrete compression test cylinders shall be cast each day of concreting operations. An additional set of six cylinders shall be cast each time there is a change in the concrete mixture during the day's operations. Control test specimens shall be tested as necessary to determine when to transfer stress from the temporary end anchorage to the bond in the concrete. At least two cylinders from each set shall be tested at an age of 28 days. Each concrete mixture shall be tested at least once each week, minimum of one test, for water-soluble chloride ion in accordance with ASTM C1218. Maximum water-soluble chloride ion concentrations in prestressed, hardened concrete at an age of 28 days shall not exceed 0.06 percent expressed as a percentage of mass of cement. PART 3 - EXECUTION 3-1. INSTALLATION. The Installer shall have been regularly engaged for at least three years in the installation of precast structural concrete similar to the requirements of the project. Prestressed concrete members shall be set in position in accordance with the manufacturer's layout and the drawings. Bearing pads shall be installed as indicated on the design and fabrication drawings. Members shall rest solidly upon the supports, without rocking. 3-1.01. Hollow Core Slabs. Members in final position shall be loaded as necessary so that adjacent bottom edges are even, and the grout keys shall be filled with mortar. Mortar dams shall be provided at openings and other locations as necessary to prevent mortar leakage. Leveling loads shall be left in place until the mortar has attained sufficient strength to withstand the shear loads. All mortar that seeps through the joint shall be removed before it hardens. When all members have been placed, the joints filled with mortar, and the leveling loads removed, the members shall be anchored to the supports as indicated on the drawings. 3-1.02. Welding. If welded connections are required, welding shall be done by qualified welders possessing valid certificates under the qualification procedures of AWS D1.1. Care shall be exercised to avoid overheating and cracking the concrete adjacent to the anchorage plates. All members damaged during (City of Lubbock, Texas ) 03430 (Southeast Water Reclamation Plant) -7- (influent Lift Station Rehabilitation ) (B&V PN 140092 ) welding shall be removed and replaced by the Installer with new, undamaged members at no additional cost to Owner. 3-1.03. Field Cutting. Openings, within the manufacturer's limitations and not requiring cutting of prestressing strands, shall be cut in the field by the erector in accordance with the manufacturer's standard recommendations. Openings requiring cutting of prestressing strands shall be made during manufacture; prestressing strands shall not be cut in the field. All cutting of concrete sections shall be done with suitable concrete saws or core drilling equipment in a manner that will provide smooth, even cut surfaces. Side edges of openings shall have vertical surfaces. All lifting loops shall be cut off flush with the top surface of the member before any covering materials are placed. 3-1.04. Joints. The soffit of all members shall present a neat and uniform appearance. When installing hollow core members, cementitious mortar shall be firmly placed by methods which will ensure complete, uniform, and permanent filling of the entire space without disturbing or displacing the adjacent members. Mortar containing pea gravel shall be limited to spaces having one dimension greater than 1-1/2 inches. When insulation is required to be installed directly on the roof slab, all joints shall be checked for unevenness before roofing materials are placed over the prestressed members. Where the top edges of adjacent members deviate more than 1/8 inch from a flush surface, leveling mortar shall be placed along the edge to eliminate the sharp offset. The mortar shall slope uniformly not steeper than 1/2 inch vertically to 12 inches horizontally from the high edge to the surface of the adjacent member. The underside of joints that will be permanently exposed to view after the work has been completed shall be caulked. Caulking requirements, and the areas to be caulked, are covered in the caulking section. 3-1.05. Repairs After Erection. Surfaces damaged during handling or erection, and areas from which fins and projections have been removed, will be repaired to a uniform finish that will blend in with the rest of the member. All repairs shall be accomplished to the satisfaction of Engineer. End of Section (City of Lubbock, Texas ) 03430 (Southeast Water Reclamation Plant) -8- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 03600 5 PART 1 - GENERAL 1-1. SCOPE. This section covers procurement and installation of grout. Unless otherwise specified, only nonshrinking grout shall be furnished. Epoxy grouting of anchor bolts, threaded rod anchors, and reinforcing bars is covered in the anchorage in concrete and masonry section. Grouting of masonry is covered in the building masonry section. 1-2. SUBMITTALS. A letter of certification indicating the types of grout to be supplied and the intended use of each type shall be submitted in accordance with the submittals section. 1-3. DELIVERY STORAGE AND HANDLING. Materials shall be handled, transported, and delivered in a manner which will prevent damage of any kind. Materials shall be protected from moisture. PART 2-PRODUCTS 2-1. MATERIALS. Nonshrinking Grout Cementitious grout with demonstrated non -shrinking properties; L&M "Crystex", Master Builders "Masterflow 713" or "Set Grout", Sauereisen "F-100 Level Fill Grout", Sonneborn "Sonogrout 10K", Hilti "CG 200 PC", or Five Star Products "Five Star Grout". Water Clean and free from deleterious substances. Epoxy Grout See Section 05550 — Anchorage in Concrete and Masonry for specific applications 2-2. NONSHRINKING GROUT. Nonshrinking grout shall be furnished factory premixed so that only water is added at the jobsite. (City of Lubbock, Texas ) 03600 E (Southeast Water Reclamation Plant) -1- (Influent Lift Station Rehabilitation ) F..x (B&V PN 140092 ) i PART 3 - EXECUTION 3-1. PREPARATION. The concrete foundation to receive nonshrinking grout shall be saturated with water for at least 12 hours preceding grouting unless additional time is required by the grout manufacturer. 3-2. INSTALLATION. 3-2.01. Mixing. Grout shall be mixed in a mechanical mixer. No more water shall be used than is necessary to produce a flowable grout. 3-2.02. Placement. Unless otherwise specified or indicated on the drawings, grout under baseplates shall be 1-1/2 inches thick. Grout shall be placed in strict accordance with the directions of the manufacturer so that all spaces and cavities below the baseplates are completely filled without voids. Forms shall be provided where structural components of baseplates will not confine the grout. 3-2.03. Edge Finishing. In all locations where the edge of the grout will be exposed to view, the grout shall be finished smooth after it has reached its initial set. Except where shown to be finished on a slope, the edges of grout shall be cut off flush at the baseplate. 3-2.04. Curing. Nonshrinking grout shall be protected against rapid loss of moisture by covering with wet cloths or polyethylene sheets. After edge finishing is completed, the grout shall be wet cured for at least 3 days and then an acceptable membrane curing compound shall be applied. End of Section (City of Lubbock, Texas ) 03600 (Southeast Water Reclamation Plant) -2- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 04200 BUILDING MASONRY PART 1 - GENERAL 1-1. SCOPE. This section covers the furnishing and installing of building masonry. Ceramic tile and masonry water -repellant or stain coatings are covered in other sections. 1-2. GENERAL. Building masonry shall be constructed of units of the types, dimensions, arrangements, and coursing indicated on the drawings and specified herein, complete with all materials, accessories, and appurtenances indicated, or specified. 1-3. DELIVERY, STORAGE, AND HANDLING. Shipping shall be in accordance with the shipping section. Handling and storage shall be in accordance with the handling and storage section. - All masonry units shall be handled in a manner which will prevent soiling, chipping, or damage of any kind. Broken, discolored, chipped, or otherwise damaged facing units will be rejected and shall be replaced with undamaged units. Masonry units shall be stored on pallets, shall be protected against contamination and staining, and shall be kept covered and dry at all times. Lime and cement shall be stored under cover in a dry place. Sand shall be stored so that the inclusion of foreign materials is prevented. Whenever sand is piled directly on the ground, the surface beneath the sand shall be smooth, well drained, and free from dust, mud, and debris. The bottom 6 inches of each pile shall not be used in mortar. Insulation shall be stored under cover in a dry place, and shall be protected from the weather at all times. 1-4. SUBMITTALS. Before masonry construction is begun, the following drawings, data, specimens, and samples shall be submitted in accordance with the submittals section. Additional data shall be submitted as needed. If the source of a material is changed during the course of the work, the tests and reports required for preliminary review of that material shall be resubmitted. Specimens, performance data, and color selection kits for all masonry units which will be used in project construction, showing range of colors, textures, finishes, and dimensions. (City of Lubbock, Texas ) 04200 _ (Southeast Water Reclamation Plant ) -1- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Manufacturer information and data for any admixture, mortar coloring, or product added to the grout or mortar. Types and proportions of the ingredients of the mortar and grout mixtures. Color selection sample kits for integral mortar colors. One sample, at least 6 inches long, of each type of nonmasonry joint material required. Shop drawings or manufacturers' literature showing details of anchors, ties, and metal accessories to be used in masonry construction. Bar lists and drawings for the fabrication and placement of reinforcement with sufficient elevations and sections to adequately detail and label all reinforcement. Setting drawings covering marble, granite or cut stone. Cold and hot weather construction procedures. The manufacturer of the masonry units shall submit a letter of certification at the time of, or prior to, delivery of the units to the jobsite to verify the units comply with the requirements of this specification. The supplier of the grout shall submit a letter of certification at the time of, or prior to, delivery of the grout to the jobsite to verify the grout complies with the requirements of this specification. 1-5. COLORS AND SAMPLES. Colors of masonry units and colored mortar will be selected from manufacturers data and samples after the award of the contract. 1-5.01. Masonry Units. Colors for integral colored masonry units shall be selected from manufacturers standard and custom color selections. Different colors may be required for each type of masonry unit or for different locations of the same type of masonry unit. Special color patterns shall be as indicated on the drawings. General color selections shall be made from manufacturers data. After general color selections are made, sample masonry boards shall be submitted to Engineer for preliminary color selections. These boards shall be of sufficient size to show the proposed shade distribution and shall be submitted in as many different colors, textures, arrangements, and shade combinations as may be required for making a proper selection. Boards shall be at least three courses high and three stretcher units wide laid up in running bond. Units need not be full depth. The preliminary color and texture selections shall be used for submitting the full size units and in constructing the sample panels specified herein. All color, shade, and texture selections shall not be final until the field constructed sample panel has been accepted. (City of Lubbock, Texas ) 04200 (Southeast Water Reclamation Plant ) -2- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) _ 1-5.02. Mortar. When integral mortar color is required, color shall be selected from sample kits submitted. After general color selections have been made, mortar samples shall be prepared for color selection. As many samples as may be necessary to make a proper selection shall be prepared. Preliminary color selections shall be used in constructing the sample panels. Mortar colors shall - not be final until the sample panels have been accepted. 1-5.03. Samples. Samples of all masonry units, and mortar shall be submitted - as indicated in the submittals section. At least two samples of each type of unit required shall be submitted. 1-5.04. Sample Panels. Before the installation of any masonry materials, sample panels shall be constructed at the building site incorporating each type of masonry material. Sufficient number of sample panels shall be constructed to show each type of exterior and interior wall configuration and bonding patterns indicated on the drawings. Unless otherwise indicated or detailed on the drawings, sample panels shall be 6'-8" long by 4'-0" high. Sample panels shall show the proposed color range, texture, bonding patterns, mortar joints, mortar color, and workmanship for masonry materials. Each panel shall be of the thickness indicated on the drawings for building walls of similar construction. The panels shall be representative of each typical exterior and interior masonry wall construction indicated on the drawings complete with, as applicable, masonry units, bonding patterns, joint reinforcement, wall ties, wall insulation, vertical steel, a typical bond beam, mortar color, mortar tooling, weeps, and flashings. Each sample panel shall include a typical control joint complete with filler strips and caulking as indicated on the drawings. The sample panels shall not be incorporated into the work. No masonry work shall progress until Engineer has accepted the sample panels. The panels shall then become the standard of comparison for all masonry work built of the same materials. The panels shall not be destroyed or moved until all masonry work is completed. When masonry waterproofing is specified in another specification section, the sample panels shall include the application of the specified material and shall be '- included in Engineer's acceptance. PART 2 - PRODUCTS 2-1. MATERIALS. All acceptable masonry products are indicated below. Products necessary for the work are as specified or as indicated on the drawings. Sizes of masonry units are nominal, the actual size being slightly smaller to allow for mortar joints. } (City of Lubbock, Texas ) 04200 (Southeast Water Reclamation Plant ) -3- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) �_s Concrete Block ASTM C90, (UBC Standard 21-4), 8 inch x 16 inch face dimensions, sizes with special shapes as indicated on the drawings; lightweight or regular aggregate conforming to ASTM C331 or C33. Regular Type Standard gray color, sizes, special shapes, and face pattern as indicated on the drawings. Split Face Type Integral color units matching the color and pattern of the existing split face type concrete block already on site as indicated on the drawings with integral moistureproofing admixture; full face, single scored, or multiple scored units with special corner units, bond beam units, and other required special units as indicated on the drawings. Split Ribbed Face Type Integral color fluted block units matching the color and pattern of the existing split ribbed face concrete block already on site with 6 ribs, as indicated on the drawings, with integral moistureproofing admixture; rib type as specified, with special corner units, bond beam units, and other special units as indicated on the drawings. Sand ASTM C144, natural sand; 95 percent passing No. 16 sieve, for glazed tile and stone mortar; white, 95 percent passing No. 50 sieve, for pointing mortar. Pea Gravel ASTM C33, coarse aggregate, 90 percent passing 3/8 inch sieve, 90 percent retained on No. 4 sieve. Portland Cement ASTM C150, Type I. Hydrated Lime ASTM C207, Type S. Quicklime ASTM C5, pulverized. Lime Putty Quicklime, thoroughly slaked and stored for one day; kept moist until used. Integral Mortar Color ASTM C979, mineral pigments, natural or synthetic iron oxides, sun fast and water resistant, free of fillers and extenders. Soloman Grind -Chem Service, Inc. "A", "H", or "X" series. (City of Lubbock, Texas ) 04200 (Southeast Water Reclamation Plant ) -4- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Integral Waterproofing Aluminum stearate, ammonium stearate, or calcium stearate, 2 percent of weight of cement; W. R. Grace "Dry Block Mortar Admixture", A. C. Horn "Hydratite", or Sonneborn "Hydrocide". White Cement Atlas White, Medusa White, or Trinity White. Water Clean and free from deleterious substances. Joint Reinforcement Dur-O-Wall or Hohmann and Barnard; fabricated from cold drawn steel wire, ASTM A82; galvanized, ASTM A153, Class B-2; type as indicated on the drawings with prefabricated corners and tees. Ladder Type Two -rod and three -rod types as indicated on the drawings. Standard Weight 9 gage side rods and cross rods. Heavy -Duty 3/16 inch side rods and 9 gage truss rods. Thin Joint 11 gage side rods and cross rods. Adjustable Type Ladder type, 9 gage side rods and cross rods with 3/16 inch wire rectangular tabs and pintle ties at 16 inches on center. Adjustable Veneer Anchor Dur-O-Wall veneer anchor system for concrete back-up, D/A 5213, 14 gage plate, 12 gage pintle with shear lugs, size as needed; galvanized per ASTM A153, Class B-2; 1/4 inch expansion anchors, minimum of 2 per anchor. Rebar Positioner 9 gage wire, sized for block thickness, single or double bar type, galvanized ASTM A153, Class B-2. Reinforcing Steel ASTM A615, Grade 60. Loose Fill Insulation Granular perlite, ASTM C549, or vermiculite, ASTM C516, treated for water repellency; Grace "Zonolite" or Frefco "Permalite". Rigid Insulation ASTM C578, Type X; extruded closed -cell polystyrene foamboard, Dow Styrofoam "Cavitymate". "R" value of 5.0 minimum at 750F mean temperature and water vapor transmission factor of 1.1 perm -in., thickness as indicated on the drawings. (City of Lubbock, Texas ) 04200 (Southeast Water Reclamation Plant ) -5- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Insulation Adhesive Rubber -based mastic adhesive as recommended by the insulation manufacturer. Preformed Control Joint ASTM D2287, PVC Synthetic rubber; Dur-O-Wall "Rapid Control Joint" or Hohmann & Barnard "VS' Series. Wicks Nylon or polypropylene sash cord, 1/4 inch in diameter. Detergent Masonry ProSoCo "Yana -Trot" or National Cleaner Chem -Search "DC-6", unless otherwise recommended by the masonry unit manufacturer and accepted by Engineer. Wall flashings are covered in the sheet metal section. 2-2. MORTAR. The method of measurement of all mortar ingredients shall be accurate and shall ensure definite and uniform proportions. All mortar ingredients shall be mixed on site. The use of masonry cement or premixed ingredients will not be acceptable, unless authorized by Engineer. 2-2.01. Masonry Mortar. Masonry mortar shall conform to ASTM C270, except as modified herein. Mortar shall be machine mixed for at least 5 minutes and shall be used within 90 minutes after mixing. Mortar left when work is stopped shall be discarded. Remixing of mortar more than 90 minutes old with additional water, cement, or other materials will not be acceptable. Unless otherwise indicated, mortar shall be cement -lime Type S, and shall conform to the proportion specifications of ASTM C270. 2-2.02. Integral Mortar Color. Integral mortar coloring shall be added to the mortar all exterior veneer for masonry as specified. All other joints shall be standard gray mortar. Integral mortar coloring shall be added to the mortar mix as recommended by the mortar color manufacturer. The manufacturer's mixing instructions and proportions shall be strictly adhered to. Each mortar color shall be of consistent color throughout the project. Mortar shall be mixed in a power mixer until a uniform color is obtained, but not less than 5 minutes. Color shall match the color of the existing mortar already on the site. 2-3. GROUT FILL. Grout fill for filling bond beams and other reinforced masonry shall be concrete grout meeting the requirements of ASTM C476 . Grout shall be coarse and shall be proportioned by volume in accordance with Table 1 of ASTM C476. Only enough water shall be added to produce a mixture which is flowable, but which will not show an excess of water when placed. Unless otherwise specified, grout fill shall have a slump ranging from 8 to 11 inches. (City of Lubbock, Texas ) 04200 I (Southeast Water Reclamation Plant ) -6- i (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) PART 3- EXECUTION 3-1. MORTAR JOINTS. Masonry shall be laid in straight, level, uniform courses, with mortar joints of uniform width. Head joints shall approximately equal the horizontal joints in width. In laying up concrete block, abutting surfaces of head joints shall be completely and solidly cemented together with mortar. All solid masonry units and hollow units with horizontal cells shall be laid on a full bed of mortar. All unfilled hollow masonry units with vertical cells shall be laid with face shell mortar bedding, except that starter courses shall be laid on a full bed of mortar. All units in masonry columns and pilasters shall be laid on a full bed of mortar. Web joints of all cores which will be subsequently filled with grout fill shall be fully mortared. Walls which are to be fully grouted may be laid with face shell bedding. All collar joints in multiwythe masonry walls, except cavity walls, shall be completely filled. The filling of masonry joints shall mean that the entire space between abutting surfaces of units is full, and that the body of the mortar is forced against and into the porous surface of each unit. All exterior and exposed interior mortar joints, except joints in glazed materials, joints in walls which are to be covered, and joints which are to be raked, shall be tooled to a smooth uniform surface and shall be finished free of voids using a rounded tool. Mortar joints specified to be caulked shall be raked to a depth of 1/2 inch. Tooling of joints shall be regulated so that the mortar for each wall space has a uniform appearance. Joints in masonry surfaces which are to be covered or not exposed shall be struck flush. 3-2. BONDING AND REINFORCING. Except where otherwise indicated on the drawings, all concrete block shall be laid in running bond. Special bonding patterns shall be as indicated on the drawings. All masonry shall be reinforced and anchored as indicated on the drawings and as specified herein. 3-2.01. Joint Bonding and Reinforcing. Horizontal masonry units shall be bonded and reinforced as specified, unless otherwise indicated on the drawings. Joint reinforcing shall be discontinuous at control and expansion joints. Prefabricated corner and tee pieces shall be used at corners and tees indicated to be continuous on the drawings. Unless otherwise specified, all concrete block masonry shall be bonded and reinforced with continuous ladder type joint reinforcement spaced not more than 16 inches apart vertically. The joint reinforcement shall have one longitudinal rod at each face shell of the masonry units. Continuous ladder type joint reinforcement may be omitted in concrete block walls with reinforced bond beams at not more than 24 inches on centers. (City of Lubbock, Texas ) 04200 (Southeast Water Reclamation Plant ) -7- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Cavity walls shall be reinforced and bonded by means of continuous standard weight ladder type joint reinforcement spaced at 16 inches vertically. Adjustable type reinforcement may be used only if specifically indicated on the drawings. Except where a top bond beam is indicated on the drawings, the top three courses of all masonry walls, including backup, shall have continuous joint reinforcement placed in each joint (8 inch on centers). Joint reinforcement shall be terminated at expansion joints and control joints. Openings in masonry walls shall have joint reinforcement placed in the two courses immediately above lintels and in the two courses immediately below all sills. Joint reinforcement shall extend 24 inches past openings on each side. The width of joint reinforcement (side rod to side rod) in each case shall be approximately 2 inches less than the nominal overall thickness of the wall in which it is placed. All joint reinforcement shall be fully embedded in mortar and shall be covered with at least 5/8 inch of mortar on the exterior face. The ends of sections of joint reinforcement shall be lapped at least 8 inches. At corners and intersections, prefabricated corners and tees shall be used. 3-2.02. Reinforcing Steel. Concrete block bond beam units shall be provided, installed and reinforced with reinforcing steel where required and as indicated on the drawings. Bond beam units shall be filled with grout fill as specified herein. Reinforcing steel shall be continuous around corners. At expansion joints, all bond beam reinforcing shall be discontinuous. At control joints, 50 percent of the bond beam reinforcing shall be discontinuous unless otherwise indicated on the drawings. Vertically reinforced concrete block cores shall be provided as indicated on the drawings. Reinforcing shall be accurately placed and securely tied to prevent shifting during core filling. Bar positioners shall be used for alignment. Positioners shall be placed in the bottom and top courses of walls and at not more than 4 feet centers between. Mortar fins which project into cores more than 1/2 inch and all loose mortar and debris shall be removed before filling the cores. Cores shall be filled with grout fill as specified herein. When accepted by Engineer, open-ended concrete masonry units may be substituted for units with end webs in reinforced concrete masonry walls. Special bond beam units with open or knockout webs and open vertical cells shall be used for bond beams. U-shaped lintel units shall be used only in bond beams over openings. If the cells beneath a bond beam are not required to be grouted, wire mesh material may be used in the joint to retain the grout fill. (City of Lubbock, Texas ) 04200 (Southeast Water Reclamation Plant ) -8- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) - 3-2.03. Grout Fill. Unless otherwise acceptable to Engineer, grout fill shall be placed in lifts not to exceed 5 feet. Pours exceeding 12 inches in height shall be consolidated by mechanical vibration and reconsolidated after initial water loss and settlement. Bond beam fill shall not be mechanically vibrated. Grout fill shall be placed in reinforced block cores, bond beams, lintels, and in other locations indicated on the drawings. When required, or when indicated on the drawings as grout filled or grouted solid, concrete block masonry walls shall be completely filled with grout as specified. All concrete block masonry in Seismic Risk Zones 3 and 4 or in Seismic Categories C, D, or E shall be grouted solid. 3-3. LAYING MASONRY UNITS. All masonry units shall be free from dust, dirt, and surface moisture when laid. Concrete blocks shall be dry when laid. All masonry shall be laid to a line. Walls shall be plumb and straight and in level courses. At no time shall any part of masonry construction project more than 8 feet above adjacent work. When work is suspended, the tops of exterior masonry walls shall be covered and protected from the weather. Care shall be taken in corner construction and at jambs to maintain uniformity of appearance and to ensure that only whole, undamaged units are used. All patterned masonry units shall have special corner units installed at exposed corners to maintain consistency of patterns. Unless otherwise indicated on the drawings, concrete block masonry shall have bullnose units installed at door jambs, window and louver jambs and sills, and all exterior corners of interior walls. Units laid in soldier coursing shall be carefully plumbed, so that vertical joints will form uniform, continuous vertical lines of uniform width, texture, and general appearance. Units shall be of uniform length and shall be trimmed as necessary. Unless otherwise indicated, masonry units laid in running bond in exposed locations shall be so constructed that vertical joints in alternate courses lie in the same vertical lines, midway between the vertical joints in adjacent courses to provide a regular and uniform joint pattern. All custom scored units shall be aligned as detailed on the drawings. Masonry units shall be saw -cut to provide openings and to accommodate embedded items. Anchors shall be securely embedded in mortar. Door and window frames shall be maintained plumb and true. Masonry shall be built tightly against interior door frames. A caulking space shall be provided between exterior door frames and masonry in accordance with the details indicated on the drawings. The jambs of built-in hollow metal door frames shall be completely filled with grout fill or mortar. (City of Lubbock, Texas ) 04200 (Southeast Water Reclamation Plant ) -9- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Lintels shall be provided over all openings wider than the length of a masonry unit. Lintels shall be of the types and sizes indicated on the drawings or as needed, and shall be acceptable to Engineer. Lintels longer than 3 feet shall bear on solid masonry units or on grout -filled cells of hollow units at least one masonry course in height, unless otherwise indicated on the drawings. Reinforced lintels and other wall reinforcing as needed and indicated on the drawings shall be provided and installed hereunder. Reinforced lintels shall be filled with grout fill. All embedded items shall be set and securely anchored in the masonry work as indicated on the drawings or as acceptable to Engineer. Joints between masonry and embedded items shall be pointed. Multi-wythe cavity walls shall be carefully constructed to the dimensions indicated on the drawings. On the cavity face of both veneer block and concrete block, all mortar extruded from the joints shall be struck off flush with the masonry surface. The cavity shall be kept free of mortar droppings. Where indicated on the drawings, rigid insulation shall be installed in the cavity between veneer block and concrete block. The rigid insulation shall be installed in horizontal blocks sized to fit neatly between joint reinforcement, with joints butted as closely as possible. The insulation shall be secured to the face of the backup masonry with mastic adhesive applied as recommended by the manufacturer and shall be kept from contact with the facing veneer. Where indicated on the drawings, the unfilled cores of concrete block walls shall be filled with loose insulation. The insulation shall be poured into the space as the work progresses, with care taken to fill all spaces and voids. Masonry units shall be selected and laid so that the exposed face of each unit is free of broken corners, chipped edges, or other defects which would be detrimental to the appearance of the wall surface. 3-4. FLASHINGS. Wall flashings shall be installed where and as indicated on the drawings. Flashings in horizontal joints shall be in the center of the joints, with mortar below and above them and shall extend to within 3/8 inch of the exterior masonry face unless otherwise indicated on the drawings. Flashings shall drain toward the exterior surface of the wall. Weeps consisting of wicks installed when the masonry is laid shall be provided at not more than 32 inch centers and shall be cut off flush after the mortar has set. In air spaces or cavities behind wall facings, mortar fill or through -wall flashing shall be placed behind the lower courses as indicated on the drawings, and weeps shall be provided at not more than 32 inch intervals. Mortar and other debris shall be kept out of the air spaces. Weeps consisting of wicks shall be installed when the masonry is laid and cut off flush after the mortar is set. (City of Lubbock, Texas ) 04200 (Southeast Water Reclamation Plant } -10- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Flashings shall be kept from actual contact with steelwork. 3-5. CONTROL JOINTS. Control joints in masonry walls and in masonry walls abutting concrete wall surfaces shall be constructed as indicated on the drawings. Where indicated on the drawings, preformed control joint strips shall be placed in the wall as construction proceeds, with masonry units laid tight against the strips. Where required, joint filler strips shall have a thickness equal to at least 1-1/2 times the nominal width of the joint. The filler strips shall be firmly bonded to one joint face by the adhesive backing, and shall be of required width to be held back 1/2 inch from each face for caulking, and placed under compression by the abutting masonry. All joints in filler strips shall be tightly butted. 3-6. ANCHORS INSERTS AND OTHER PENETRATIONS. All necessary ties, _ anchors, bolts, inserts, bucks, flashings, sleeves for piping, conduits of every kind, window and door frames, and other work shall be accurately set and securely held in the masonry work as indicated on the drawings or in a manner acceptable to Engineer. Sleeves shall be provided where small piping passes through the masonry. Unless noted otherwise on the drawings, structural shapes, joists, and decking passing through or over the masonry, but not bearing on the masonry, shall be isolated from the masonry as specified or as indicated on the drawings. At a minimum, a 1 inch expansion joint shall separate the structure from the masonry. This separation is not applicable at appurtenances specially designed to provide lateral support from the structure or decking to the masonry. 3-7. LOW TEMPERATURES. When the temperature of the surrounding air is below 40°F, or when the outdoor temperature is likely to fall below freezing at any time during the 24 hour day, the following precautions shall be taken to prevent freshly laid masonry from freezing: a. In addition to the protection specified for ordinary conditions, masonry materials shall also be kept from contact with snow, ice, or dampness of any kind. b. The temperature of the mixed mortar shall be between 70 and 120°F. Mixing water shall be warm, but not above 165°F. If necessary, sand shall be heated also. Mortar mixing equipment shall be heated before it is used. The use of salt or calcium chloride is not acceptable. C. Masonry units shall be free of ice and snow and shall be above freezing when laid. If the outdoor temperature is below 30°F. units shall be heated to at least 40°F. If the temperature is below 0°F, units shall be heated to at least 60°F. Heating shall be done so that the units are not damaged. (City of Lubbock, Texas ) 04200 _ (Southeast Water Reclamation Plant ) -11- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) d. Masonry units shall not be laid on surfaces that are frozen or covered with snow or ice. e. Masonry laid during freezing weather shall be kept warm for at least 3 days after laying. The air temperature at the masonry surface shall be kept between 450F and 90°F, using heating methods that will not unduly dry out or otherwise damage the masonry. Heat shall be applied to both sides of the wall, with provisions for proper circulation of air. The masonry shall be suitably housed or covered. 3-8. HIGH TEMPERATURES. When the ambient air temperature exceeds 990F in the shade and the relative humidity is less than 50 percent, masonry shall be protected from direct exposure to wind and sun during and for 48 hours after erection. 3-9. FINISH TUCK POINTING. On completion of the work, all exposed masonry shall be pointed where necessary and all voids and holes in the mortar shall be filled to match adjacent joint surfaces. Defective joints shall be cut out and repointed with mortar. Care shall be taken to produce a uniform overall appearance. Spottiness due to variations in either materials or workmanship will not be acceptable. 3-10. PROTECTION FROM DAMAGE. Masonry and all embedded or built-in items shall be carefully protected from damage. Masonry walls discolored by paint, mortar, or concrete shall be rebuilt with new materials. Where concrete is placed adjacent to on top of previously constructed masonry, the masonry shall be adequately protected against splashing of concrete paste and from other damage. 3-11. CLEANING. Following finish pointing, all exposed masonry surfaces shall be cleaned to remove all surface stains and smears. Mortar smears and other stains shall be removed from veneer masonry units by scrubbing with soap and water and, where necessary, using a cleaning compound recommended by the masonry unit manufacturer. Mortar smears or droppings on concrete blocks shall be removed with a steel trowel after they have hardened to the extent that removal will not cause additional smearing. Any remaining mortar shall be removed to the extent possible by rubbing with a small piece of block. All surfaces shall then be thoroughly brushed. If stains and smears cannot be removed by the specified methods, Contractor may propose alternative methods or cleaning products. These alternatives shall be acceptable to Engineer before they are used. (City of Lubbock, Texas ) 04200 (Southeast Water Reclamation Plant ) -12- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 3-12. FIELD CONTROL TESTING. When required, field control tests will be performed by Contractor or a testing laboratory. Contractor shall provide all facilities and the services of one or more employees as necessary to assist with the field control testing. The frequency specified for each field control test is approximate and subject to change as determined by Engineer. 3-12.01. Concrete Masonry Units. Concrete masonry units from work site stockpiles will be tested in accordance with ASTM C140 at the rate of three specimens per 5,000 square feet of wall. 3-12.02. Grout. Grout sampled during placement will be tested in accordance with ASTM C1019 (UBC Standard 21-18) at the rate of three specimens per 5,000 square feet of wall. Compressive strength test shall be at 28 days after sample collection. Alternatively, grouted prisms may be constructed and tested in accordance with ASTM C1314 modified in accordance with ACI 530.1 (UBC Standard 21-17) at the rate of three specimens per 5,000 square feet of wall. End of Section (City of Lubbock, Texas ) 04200 (Southeast Water Reclamation Plant ) -13- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 05550 ANCHORAGE IN CONCRETE AND MASONRY Para- Description Data Units graph Stainless steel material. Alloy Group 1 or 2 (304 or 316) Alloy Group 2 only (316 only) PART 1 - GENERAL 1-1. SCOPE. This section covers the procurement and installation of anchors in concrete and masonry. It includes cast -in -place anchor bolts, adhesive anchors, expansion anchors, undercut anchors, and epoxy grouted anchor bolts and reinforcing bars to be installed in concrete and masonry. 1-2. GENERAL. Unless otherwise specified or indicated on the drawings all anchors and anchor bolts shall be cast -in -place anchor bolts with forged heads or embedded nuts and washers. Unless otherwise indicated bolts in concrete shall have a diameter of at least 3/4 inch, and bolts in grouted masonry shall have a diameter of at least 1 /2 inch. Unless otherwise indicated on the drawings, anchors and anchor bolts used in - the following locations and applications shall be of the indicated materials. Other anchors and anchor bolts shall be as indicated on the drawings. Cast -In -Place and Epoxy Grouted Anchor Bolts. Submerged locations Stainless steel. Locations subject to splashing Stainless steel. Other interior locations Carbon steel. Adhesive and Expansion Anchors. Submerged locations Stainless steel. Locations subject to splashing Stainless steel. Buried locations Stainless steel. Anchorage of structural steel columns Stainless steel. Other exterior locations Stainless steel. Other interior locations Carbon steel. (City of Lubbock, Texas ) 05550 (Southeast Water Reclamation Plant) -1- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Adhesive, expansion, and undercut anchors may be used instead of cast -in - place anchors where specifically indicated or permitted on the drawings or with the specific acceptance by Engineer. 1-3. SUBMITTALS. Data and catalog cuts indicating the manufacturer and types of adhesive anchors, expansion anchors, undercut anchors, and epoxy grouts to be supplied shall be submitted in accordance with the submittals section. 1-4. DELIVERY STORAGE AND HANDLING. Materials shall be handled, transported, and delivered in a manner which will prevent damage or corrosion. Damaged materials shall be promptly replaced. Materials shall be shipped and stored in original manufacturer's packaging. PART 2 - PRODUCTS 2-1. MATERIALS. Materials shall be as indicated below. Anchor Bolts. Carbon steel Galvanized steel Stainless steel Flat Washers Reinforcing Bars Reinforcing Bars, weldable Epoxy Grout for Anchor Bolts and Reinforcing Bars. Adhesive For Floors and Horizontal Surfaces For Vertical Surfaces and Overhead Applications Aggregate (City of Lubbock, Texas ) (Southeast Water Reclamation Plant) (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) ASTM F1554, Grade 36 with compatible nuts. ASTM F1554, Grade 36 with compatible nuts; hot -dip galvanized, ASTM A153. Bolts, ASTM F593, Alloy Group 1 or 2; nuts, ASTM F594, Alloy Group 1 or 2. ANSI B18.22.1; of the same material as anchor bolts and nuts. ASTM A615, Grade 60, deformed. ASTM A706, Grade 60, deformed. Sika "Sikadur 35, Hi -Mod LV"; ChemRex "Concresive Liquid LPL'; Sika "Sikadur 32 Hi -Mod". Sika "Sikadur 31 Hi -Mod Gel". As recommended by the epoxy grout manufacturer. 05550 -2- Water Clean and free from deleterious substances. Expansion Anchors Hilti "Kwik-Bolt 3"; ITW Ramset/Red Head "Trubolt Wedge Anchor"; Powers Fasteners "Power -Stud Anchor"; Simpson "Wedge -All". Adhesive Anchors for Concrete and Grout Filled Masonry. Threaded Rods and Nuts As specified for Anchor Bolts and as recommended by the adhesive manufacturer. Adhesive Hilti "HIT HY 150 MAX", "HIT -ICE", "HIT RE 500", or "HVA" Systems; ITW Ramset/Redhead "Epcon Ceramic 6" System; Powers Fasteners "Power Fast Epoxy Injection Gel" System; Simpson "SET Epoxy" or "Acrylic -Tie" Systems. Adhesive Anchors for Hollow Masonry System. Threaded Rods and Nuts As specified for Anchor Bolts and as recommended by the adhesive manufacturer. Adhesive Hilti "HIT HY 20" System; ITW Ramset/Redhead "Epcon Ceramic 6" System; Powers Fasteners "Power Fast Epoxy Injection Gel" System; Simpson "SET Epoxy" or "Acrylic -Tie" Systems. Screen Tubes As recommended by the manufacturer. 2-2. ANCHORS. 2-2.01. Cast -in -Place Anchor Bolts. Cast -in -place anchor bolts shall be delivered in time to permit setting before the structural concrete is placed. Unless installed in pipe sleeves, anchor bolts shall be provided with sufficient threads to permit a nut to be installed on the concrete side of the concrete form or the supporting template. Two nuts, a jam nut, and a washer shall be furnished for cast -in -place anchor bolts indicated on the drawings to have locknuts; two nuts and a washer shall be furnished for cast -in -place anchor bolts without locknuts. (City of Lubbock, Texas } 05550 (Southeast Water Reclamation Plant) -3- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 2-2.02. Epoxy Grouted Anchor Bolts and Reinforcing. Epoxy grout for installing reinforcing bars and anchor bolts not indicated to be adhesive anchors shall consist of a two -component liquid epoxy adhesive of viscosity appropriate to the location and application, and an inert aggregate filler component, if recommended by the adhesive manufacturer. Anchor bolts and reinforcing bars shall be free of coatings that would weaken the bond with the epoxy. 2-2.03. Adhesive and Expansion Anchors. When adhesive or expansion are indicated on the drawings, only acceptable systems shall be used. Acceptable systems shall include only those systems and products specified or specifically indicated by product name on the drawings. Alternative anchoring systems may be used only when specifically accepted by Engineer. An acceptable adhesive anchor system may be used as an alternative in locations where epoxy grouted anchor bolts are specified or indicated. Unless otherwise required, single nut and washer shall be furnished for adhesive anchors, expansion anchors, and undercut anchors. Adhesive anchors shall be free of coatings that would weaken the bond with the adhesive. Adhesive anchors in hollow masonry shall utilize screen tubes as recommended by the manufacturer. PART 3 - EXECUTION 3-1. GENERAL. Anti -seize thread lubricant shall be liberally applied to projecting, threaded portions of stainless steel anchors immediately before tightening of the nuts. 3-2. CAST -IN -PLACE ANCHOR BOLTS. Cast -in -place anchor bolts shall be carefully positioned with templates and secured in the forms prior to placing concrete. Contractor shall verify that anchorage devices are positioned in accordance with the design drawings and with applicable equipment submittal drawings. Bolts shall be positioned sufficiently in advance of the concrete placement so that an on -site representative of Engineer or Owner will have sufficient time to inspect the bolts prior to placing concrete. If Special Inspection of the anchor bolts is required by the local building code, anchorage shall be placed in sufficient time and with sufficient notification so that such inspection can take place without delaying progress of the work. Threads, bolts, and nuts spattered with concrete during placement shall be cleaned prior to final installation of the bolts and nuts. 3-3. EPDXY GROUT. Epoxy grout components shall be packaged separately at the factory and shall be mixed immediately before use. Proportioning and mixing of the components shall be done in accordance with the manufacturer's recommendations. (City of Lubbock, Texas ) 05550 (Southeast Water Reclamation Plant) -4- (influent Lift Station Rehabilitation ) (B&V PN 140092 ) 3-3.01. Preparation. Where indicated on the drawings, anchor bolts and reinforcing bars shall be epoxy grouted in holes drilled into hardened concrete. Diameters of holes shall be as follows: Item Anchor Bolts and Reinforcing Bars Diameter of Hole 1/8 inch larger than the outside diameter of the bolt or bar. The embedment depth for epoxy grouted anchor bolts and reinforcing bars shall be at least 15 bolt or bar diameters, unless otherwise indicated on the drawings. Holes shall be prepared for grouting as recommended by the epoxy grout manufacturer. 3-3.02. Installation. Anchor bolts and reinforcing bars shall be clean, dry, and free of grease and other foreign matter when installed. The bolts and bars shall be set and the epoxy grout shall be placed in accordance with the recommendations of the grout manufacturer. Care shall be taken to ensure that all spaces and cavities are filled with epoxy grout, without voids. 3-4. ADHESIVE ANCHORS. The embedment depth for adhesive anchors shall be at least 15 rod diameters unless otherwise indicated on the drawings. Adhesive for adhesive anchors shall be statically mixed in the field during application. All proportioning and mixing of the components shall be in accordance with the manufacturer's recommendations. Anchors shall be installed in holes drilled into hardened concrete or grout filled masonry. Diameter of holes shall be 1/16 inch larger than the outside diameter of the rod unless recommended otherwise by the anchor system manufacturer. Holes shall be prepared for insertion of the anchors by removing all dust and debris using procedures recommended by the adhesive manufacturer. Adhesive anchors and holes shall be clean, dry, and free of grease and other foreign matter at the time of installation. The adhesive shall be placed and the rods shall be set in accordance with the recommendations of the material manufacturer. Care shall be taken to ensure that all spaces and cavities are filled with adhesive, without voids. 3-5. EXPANSION ANCHORS. Expansion anchors shall be installed in accordance with the drawings, but in no case shall the embedment depth be less than six bolt diameters. The minimum distance between the center of any anchor and an edge or exterior corner of concrete shall be at least six times the diameter of the bolt. Unless otherwise indicated on the drawings, the minimum distance between the centers of anchors shall be at least 12 times the diameter of the bolt. End of Section (City of Lubbock, Texas ) 05550 (Southeast Water Reclamation Plant) -5- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 05990 STRUCTURAL AND MISCELLANEOUS METALS PART 1 - GENERAL 1-1. SCOPE. This section covers the fabrication and erection of structural and miscellaneous metal items not covered in other sections. Except as otherwise specified or indicated on the drawings, all work shall conform to the applicable provisions of the AISC "Manual of Steel Construction - Allowable Stress Design", Parts 1, 2, 3, and 4, the AISC "Specification for Structural Steel Buildings" and the Aluminum Association "Specifications for Aluminum Structures". Special inspection during the fabrication and erection of structural steel, if required by the local building code, is addressed in the quality control section. 1-2. SUBMITTALS. Complete data, fabrication drawings, and setting or erection drawings covering all structural and miscellaneous metal items shall be submitted in accordance with the submittals section. - All bolted connections and welds shall be properly identified on the shop _ drawings. Welding procedures, welding procedure qualification records and welder qualifications shall be submitted. Submittals for high strength bolts, tension control bolts and load indicator washers shall include statements from the bolt and washer manufacturers -.- certifying satisfactory compliance with the governing standards and the specified tests. 1-3. DELIVERY STORAGE AND HANDLING. Materials shall be handled, transported, and delivered in a manner which will prevent bends, dents, significant coating damage, or corrosion. Damaged materials shall be promptly replaced. Structural and miscellaneous metal work shall be stored on blocking so that no metal touches the ground and water cannot collect thereon. The material shall be protected against bending under its own weight or superimposed loads. Bolting materials shall be stored indoors. Weld rod shall be stored in accordance with the supplier's instructions and AWS D1.1. (City of Lubbock, Texas ) 05990 (Southeast Water Reclamation Plant ) -1- (influent Lift Station Rehabilitation ) (B&V PN 140092 ) 1-4. PLANT CERTIFICATION All fabricating plants providing structural steel shall be category Sbd certified in accordance with the AISC Quality Certification Program. PART 2 - PRODUCTS 2-1. GENERAL. All structural steel shall be detailed and fabricated to facilitate compliance with OSHA 29 CFR Part 1926 subpart R and all other pertinent OSHA and local safety regulations. All field connection materials shall be furnished. 2-2. MATERIALS. Steel Shapes (W, WT) Shapes (S, M, HP, C) Other Shapes (angles) Plates and Bars Bolts and Nuts Bolts, High Strength Bolts, Tension Control Type (Twist off) Bolts, unfinished Nuts, Heavy -Hex ASTM A992 ASTM A36 or ASTM A572 Grade 50. ASTM A36 ASTM A36. ASTM A325, Type 1; tested in accordance with Article 9.2 thereof. ASTM F1852. Equivalent to ASTM A325 ASTM A307. ASTM A563, grade and finish compatible with bolts. Washers Stainless Steel Plates ASTM A240, Type 316L. Bolts ASTM F593, Alloy Group 1 or 2 Nuts ASTM F594, Alloy Group 1 or 2 Washers Flat ANSUASME B18.22.1, Type 316. Lock ANSUASME 818.21.1, helical spring type, Type 316. Aluminum Grating (City of Lubbock, Texas ) 05990 (Southeast Water Reclamation Plant ) -2- (influent Lift Station Rehabilitation ) (B&V PN 140092 ) i Sheet and Plate Rolled Sections Rod and Bar (Rolled or Drawn) Extrusions Bolts, Aluminum Nuts, Aluminum Washers, Aluminum Flat Lock Castings Weld Metal (Steel Connections) Welded Headed Studs, Concrete Anchors, and Shear Connectors Shop Coatings Universal Primer Epoxy Enamel Galvanizing ASTM B209, Alloy 6061-T6. ASTM B308, Alloy 6061-T6. All members shall be Aluminum Association standard shapes. ASTM B211, Alloy 6061-T6 or 2017-T4. ASTM B221, Alloy 6063-T5 or T6. ASTM F468, Alloy 2024-T4. ASTM F467, Alloy 6061-T6. ANSI/ASME B18.22.1, Type 6061 T- 6. ANSI/ASME B18.21.1, helical spring type, Type 6061-T6. ASTM B26 or B85. ANSI/AWS D1.1, Table 3.1, filler metal with minimum 70 ksi tensile strength unless otherwise required. ASTM A108 with a minimum 50,000 psi yield strength and minimum 60,000 psi tensile strength. TRW/Nelson or equal. As indicated in protective coatings section. As indicated in protective coatings section. ASTM A123, A153, A385. 2-3. FABRICATIONS. The following fabrications shall be constructed as indicated on the drawings and as specified herein. 2-3.01. Pipe Supports and Grating Supports 2-4. SHOP COATING. All structural and miscellaneous metal items shall be shop coated as specified herein. The requirements for field painting are covered in the protective coatings section. (City of Lubbock, Texas ) 05990 (Southeast Water Reclamation Plant ) -3- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 2-4.01. Cleaning. Surfaces shall be dry and of proper temperature when coated, and shall be free of grease, oil, dirt, dust, grit, rust, loose mill scale, weld flux, slag, weld spatter, and other objectionable substances. Articles to be galvanized shall be pickled before galvanizing. All other ferrous metal surfaces shall be cleaned by solvent, high-speed power wire brushing or by blasting to the extent recommended by the paint manufacturer and as required in the protective coatings section. 2-4.02. Edge Grinding. Sharp projections of cut or sheared edges of ferrous metals which will be submerged in operation, except for items specified to be hot - dip galvanized, shall be ground to a radius as needed to ensure satisfactory paint adherence and as required in the protective coatings section. 2-4.03. Prime Painted Steel. Unless otherwise specified or indicated on the drawings, all ungalvanized structural and miscellaneous steel shall be given a universal prime coat in the shop after fabrication. The dry film thickness of the universal primer shall be at least 5 mils. Steel surfaces shall be prime -coated as soon as practicable after cleaning. Steel shall not be moved or handled until the shop coat is dry and hard. 2-4.04. Galvanizing. Steel materials required to be galvanized are indicated on the drawings. All galvanizing shall be done by the hot -dip process after fabrication. An approved zinc -rich paint shall be used to touch up minor coating damage. Materials with significant coating damage shall be regalvanized or replaced. Where galvanized bolts are indicated on the drawings or specified, the use of zinc -plated bolts will not be acceptable. 2-4.05. Stainless Steel. Unless otherwise specified, all items fabricated from stainless steel shall be thoroughly cleaned and degreased after fabrication. Pickling or a light blast cleaning shall produce a modest etch and remove all embedded iron and heat tint. Surfaces shall be subjected to a 24 hour water test or a ferroxyl test to detect the presence of residual embedded iron and shall be retreated as needed to remove all traces of iron contamination. Surfaces shall be adequately protected during shipping and handling to prevent contact with iron or steel objects or surfaces. 2-4.06. Aluminum. All surfaces of aluminum which will be in contact with concrete, mortar, or dissimilar metals shall be given a coat of epoxy enamel. 2-4.07. Castings. Shop coating of miscellaneous iron castings will not be required. 2-4.08. Other Surfaces. Painting of zinc coated steel or bronze surfaces will not be required. (City of Lubbock, Texas ) 05990 (Southeast Water Reclamation Plant ) -4- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) a A PART 3 - EXECUTION 3-1. STRUCTURAL STEEL ERECTION. Structural steel shall be erected so that individual pieces are plumb, level, and aligned within a tolerance of 1:500. The elevations of the top of floor and roof members shall be within 1/16 inch of the elevations indicated on the drawings. The faces of girls and other supporting members for rigid wall panels shall be in vertical planes within a maximum variation of 1/8 inch. All members and parts, as erected, shall be free of warps, local deformations, and unauthorized bends. All parts shall be assembled accurately as indicated on the drawings. Light drifting will be permitted to draw parts together, but drifting to match unfair holes will not be permitted. Any enlargement of holes necessary to make connections in the field shall be done by reaming with twist drills and only with the approval of Engineer. Enlarging holes by burning will not be permitted. Baseplates shall be set level in exact position and grouted in place. All materials shall be erected in compliance with OSHA 29 CFR, Part 1926, Subpart R, and with all other applicable OSHA and local safety regulations. 3-1.01. Inspection and Testing. When the quality control section indicates that special inspections are required, such inspections shall be performed for field fabrication and erection of structural and miscellaneous metals, and for all structural steel field connections. The erector shall provide access as needed to facilitate all inspections and shall provide timely notification during erection when inspection milestones are approaching. 3-2. STRUCTURAL STEEL CONNECTIONS. Unless otherwise indicated on the drawings, bolted connections for structural steel, as defined in the AISC manual, shall be made with ASTM A325 high strength bolts conforming to the "Specification for Structural Joints Using ASTM A325 or A490 Bolts" as approved by the Research Council on Structural Connections. The method of installation, pretensioning procedures, bolting equipment and tools shall likewise conform to the above referenced standard. Stainless steel bolts, nuts and washers shall be used where indicated on the drawings. Except as otherwise indicated on the drawings or specified herein, bolted connections shall be bearing type with threads excluded from the shear plane. Slip critical connections shall be used in diagonal bracing connections, where slip critical connections are indicated on the drawings, and where oversize holes or slotted holes parallel to the direction of the load are used. (City of Lubbock, Texas ) 05990 (Southeast Water Reclamation Plant ) -5- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Bolts in all structural steel connections, both bearing and slip critical, shall be fully pretensioned in accordance with the AISC standards unless specifically noted otherwise on the drawings. The turn -of -the -nut method or load -indicator washers shall be used to verify pretensioning of bolts in bearing type connections. When using turn -of -the -nut method the bolt, nut, and material shall be match marked. A wax lumber marker or paint shall be used to clearly mark the assembly. The calibrated wrench method of pretensioning bolts will not be permitted. Tightening of each connection assembly shall progress systematically from the most rigid part of the joint toward the free edges until all have been sufficiently rotated or the load indicator washers on all bolts have been closed to the average gap stipulated by the load indicator washer manufacturer. Bolt holes shall have a diameter nominally 1/16 inch larger than the nominal bolt diameter. Bolt holes for one ply of vertical diagonal bracing connections may be oversized to a diameter nominally 3/16 inch larger than the nominal bolt diameter. If oversized holes are provided in an outer ply, a hardened flat washer shall be installed over each hole during bolting. Load indicator washers shall not be substituted for hardened flat washers required for oversized holes. 3-3. MISCELLANEOUS STEEL CONNECTIONS. Connections for miscellaneous steel fabrications not included in the AISC definition of structural steel may be made with unfinished bolts unless indicated otherwise on the drawings. Unless otherwise indicated on the drawings all unfinished bolts shall be snug tight. 3-4. STRUCTURAL AND MISCELLANEOUS STEEL WELDING. Welding and related operations shall conform to applicable provisions of the Structural Welding Code - Steel, AWS D1.1, of the American Welding Society. All welding shall be performed in accordance with written procedures, using only those joint details which have prequalified status when performed in accordance with AWS D1.1. All welding shall be performed by welders qualified in accordance with the American Welding Society for steel welding and American Society for Mechanical Engineers Section IX for stainless steel welding. All welds shall be visually inspected in accordance with AWS procedures. Welds not dimensioned on the drawings shall be sized to develop the full strength of the least strength component of the connection. Where structural or miscellaneous steel connections are welded, all butt and miter welds shall be continuous and, where exposed to view, shall be ground smooth. Intermittent welds shall have an effective length of at least 2 inches and shall be spaced not more than 6 inches apart. (City of Lubbock, Texas ) 05990 (Southeast Water Reclamation Plant ) -6- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Surfaces to be welded and surfaces within 2 inches of a weld shall be free from loose or thick scale, slag, rust, moisture, grease, paint and other foreign materials that would prevent proper welding or release objectionable fumes. Only shielded metal arc, gas metal arc, flux cored arc, submerged arc, and gas tungsten arc welding are permitted. For flux cored arc welding, only E70xx one (1) or five (5) wire electrodes with supplemental gas shielding shall be permitted. Use of electroslag or electrogas welding processes or the short-circuiting transfer mode of the gas metal arc process will not be acceptable. Field welded connections shall not be substituted for field bolted connections indicated on the drawings. Deformed bar anchors, headed studs, concrete anchors and shear connectors shall be welded with an automatic stud welding gun per the manufacturer's recommendation. Hand welding will not be acceptable. End of Section (City of Lubbock, Texas ) 05990 (Southeast Water Reclamation Plant ) -7- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 06100 ROUGH CARPENTRY PART 1 - GENERAL 1-1. SCOPE. This section covers miscellaneous items indicated on the Drawings to be of wood construction. Rough carpentry shall include the following: Wood nailers and blocking. Rough hardware and fasteners. Project sign. 1-2. SUBMITTALS. Drawings and data for rough carpentry and field fabricated items will not be required. 1-3. PROTECTION AND STORAGE. Lumber shall be protected and kept under cover, both in transit and at jobsite. Lumber shall be carefully stacked on LL' suitable supports in a manner which will ensure proper ventilation and drainage. All lumber shall be delivered to the jobsite bearing grade stamps of the Western Wood Products Association or Southern Pine Inspection Bureau. All lumber shall -- be segregated by grades. Extreme care shall be exercised in unloading the lumber to prevent damage, splitting, or breaking of materials. All plywood shall be identified according to species, grade, and glue type by the stamp of the American Plywood Association. PART 2 - PRODUCTS 2-1. MATERIALS. Lumber American Standard Lumber con- forming to PS20, moisture content 19 percent or less; sized dry. Structural Dressed Southern pine or Douglas fir, S4S; structural light framing and structural joists and planks, No. 2; studs, stud grade. (City of Lubbock, Texas ) 06100 (Southeast Water Reclamation Plant ) -1- (influent Lift Station Rehabilitation ) (B&V PN 140092 ) Pressure Treated Southern pine, pressure treated with waterborne preservative in accordance with AWPA C2 and AWPB LP-22. Roof nailers shall be treated with chromated copper arsenate (CCA), Type A, B, or C. Pressure Treated %" APA rated sheathing, 32/16, PS- 1, Exterior grade, APA series V-611 Bolts and Nuts ASTM A307; galvanized, ASTM A153; or zinc -plated, ASTM B633, SC-4. Wood Screws 18-8 stainless steel or brass. Nails Galvanized or aluminum coated. Rough Hardware Galvanized steel, 18-8 stainless steel, brass, or aluminum. 2-2. ROUGH CARPENTRY. Rough carpentry shall include lumber work generally, except finish work. The Contractor shall install all wood blocking, and nailers as indicated on the Drawings or required to complete a finished building. In addition to all framing indicated on the Drawings, nailers, blocking, and other backing required for other work and trades shall be installed. At all times during execution of this portion of the contract, sufficient workmen and supervisors shall be present who are thoroughly familiar with rough carpentry construction and the materials and techniques specified or indicated on the Drawings. All rough carpentry shall produce joints true, tight, and well nailed, with all members assembled in accordance with the Drawings and with all pertinent codes and regulations. Individual pieces of lumber shall be selected so that obvious defects will not interfere with the placement of bolts, proper nailing or making of joints. All pieces with defects which render them unusable shall be discarded. Individual pieces of lumber which are too small to use in fabricating the Work with minimum joints shall be discarded. (City of Lubbock, Texas ) 06100 (Southeast Water Reclamation Plant ) -2- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Whether or not lumber has been installed, it may be rejected by the Engineer for excessive splits, warp, twist, bow, crook, mildew, or fungus, as well as for improper cutting and fitting. PART 3 - EXECUTION 3-1. INSTALLATION. 3-1.01. Rough Carpentry. Carpentry work shall beset to required levels and lines, with members plumb and true. Carpentry shall be securely attached to substrates by anchoring and fastening as indicated and as required for strength and by recognized standards. The premises shall be kept in a neat, safe, and orderly condition at all times during the execution of this portion of the work and shall be free from accumulation of sawdust, cut ends, and other debris. Connections between members shall be tight. Washers shall be provided under all bolt heads and nuts in contact with lumber. Installation of fasteners shall not cause splitting of wood. Structural lumber in exterior locations; lumber in contact with concrete, masonry, earth, or water; and all wood nailers shall be pressure treated unless otherwise specified. 3-1.02. Nailers. Nailers shall be provided where indicated on the Drawings. The nailers shall be continuous and shall be installed level and straight. Each section of nailer shall be secured by at least two anchor bolts. End of Section (City of Lubbock, Texas ) 06100 (Southeast Water Reclamation Plant ) -3- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 06610 FIBERGLASS REINFORCED PLASTIC PANELS PART 1 - GENERAL 1-1. SCOPE. This section covers fiberglass reinforced plastic fabrications for the grating and covers at the Influent Lift Station. 1-2. GENERAL. The items furnished under this section shall be the products of a manufacturer who has furnished items of the type specified which have been in successful service for not less than one year. 1-3. SUBMITTALS. Complete drawings, details, and specifications covering the fiberglass reinforced plastic fabrications shall be submitted in accordance with the submittals section. PART 2 - PRODUCTS 2-1. BASIC MATERIALS. Plastic Laminate Tensile Strength at Break Flexural Strength Tangent Modulus of Elasticity Finished Thickness - Fasteners (City of Lubbock, Texas ) (Southeast Water Reclamation Plant) (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Polyester or other suitable plastic reinforced with fiberglass. 12,000 psi minimum, ASTM D638. 22,000 psi minimum, ASTM D790. 900,000 psi minimum, ASTM D790. Within ±10 percent of nominal. AISI 18-8 stainless steel. 2-2. COVERED MOLDED GRATING. Plastic Laminate Tensile Strength at Break Flexural Strength Tangent Modulus of Elasticity Finished Thickness Fasteners Vinylester resin reinforced with fiberglass. 14,000 psi minimum, ASTM D638. 25,000 psi minimum, ASTM D790. 900,000 psi minimum, ASTM D790. Within ±10 percent of nominal. AISI 18-8 stainless steel. All surfaces of plastic laminate shall be sealed with a resin layer at least 5 mils thick. Field -cut surfaces shall be recoated with resin obtained from the fabricator. 2-3. COVERED MOLDED GRATING. Fiberglass reinforced plastic grating shall be provided as indicated on the drawings. Grating shall be resistant to hydrogen sulfide and gasoline. Grating shall be designed for a uniform live load of 150 psf, with a maximum dead plus live load deflection not to exceed 1/300 of the span. Covered molded Grating shall have adequate depth and mesh configuration for the specified design parameters. Covered molded grating shall be Fibergrate "Covered Molded Grating" or equal, 2-inches deep with 2" x 2" mesh and 1/8" thick cover plate. Covered grating shall be fabricated in panels that can be easily handled in the future by personnel. Unless otherwise indicated on the drawings, the weight of individual panels should not exceed 150 pounds. Panels shall be within t3/16 inch of authorized length, within t1/8 inch of authorized width, and shall have a maximum difference in length of opposite diagonals of 1/4 inch. The spacing of bearing bars shall be with in 1/32 inch of required spacing. Cross bars and edge bars of adjacent panels shall align. After installation, there shall not be more than 1 /4 inch clearance between panels. All bearing bars shall be parallel. Bands shall align within 1/8 inch tolerance, vertical and horizontal. All angular, circular re-entrant, and other cuts in fiberglass reinforced plastic grating shall be sawed or sheared. All covered grating shall lie flat, with no tendency to rock when installed. Poorly (City of Lubbock, Texas ) 06610 (Southeast Water Reclamation Plant) -2- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) fitting or damaged grating will be rejected. Covered grating shall be supported as indicated on the drawings. Covered molded grating shall be gray in color. PART 3 - EXECUTION 3-1. INSTALLATION. 3-1.01. Covered Molded Grating. Covered grating shall not be damaged during handling and installation. Covered grating shall be securely anchored in place, except at hinged panels. Each covered panel shall be fastened in place with WLP stainless steel structural hold down clips. Clips for fiberglass reinforced plastic covered grating shall be stainless steel. Clips shall be fastened to supporting members with Nelson stud type bolts not less than 1/4 inch in diameter. All fastener parts shall be stainless steel. End of Section (City of Lubbock, Texas ) 06610 (Southeast Water Reclamation Plant) -3- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) SECTION 07181 WATER REPELLENT COATINGS PART 1 - GENERAL 1.1 SCOPE A. Water repellent coating applied to exterior masonry and concrete surfaces. 1.2 RELATED SECTIONS A. Section 03300 - Cast -in -Place Concrete: Concrete surfaces. B. Section 04200 — Building Masonry: Masonry surfaces. C. Section 07900 — Caulking. 1.3 REFERENCES A. ASTM C67 - Sampling and Testing Brick and Structural Clay Tile. B. ASTM C97 - Absorption and Bulk Specific Gravity of Dimension Stone. C. ASTM C140 - Sampling and Testing Concrete Masonry Units. D. ASTM C642 - Specific Gravity, Absorption and Voids in Hardened Concrete. E. ASTM D5095 - Determination of the Non-volatile Content in Silanes, Siloxanes and Silane-Siloxane Blends Used in Masonry Water Repellent Treatment. F. ASTM E514 - Water Penetration and Leakage through Masonry. G. RILEM 25 - PEM Method 11.4 1.4 PERFORMANCE REQUIREMENTS A. Perform a laboratory test on each substrate to be treated, to determine absorption rate of treated and untreated specimens in accordance with the following standards: 1. Concrete Unit Masonry: ASTM C140. 2. Hardened Concrete: ASTM C642. 3. Water Penetration and Leakage through Masonry: ASTM E514, using a test pressure of 20 Ibftft5. B. Treatment of Specimens: Treat specimens using same application rates and methods as recommended by water repellent manufacturer for field application. C. Water Absorption Reduction: Minimum 90 percent after 24 hours. 1.5 SUBMITTALS A. Product Data: Provide details of product description, tests performed, limitations to coating, cautionary procedures required during application, and chemical properties including percentage of solids. (City of Lubbock, Texas ) 07181 (Southeast Water Reclamation Plant ) -1- (Water Resources Improvement Project ) (B&V PN 140092 ) B. Manufacturer's Installation Instructions: Indicate special procedures and conditions requiring special attention. C. Test Reports 1. Provide copy of laboratory test indicating compliance with specified requirements. 2. Provide written results to Architect prior to beginning field application of water repellents. D. Manufacturer's Certificate: Certify that Products meet or exceed specified requirements. 1.6 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the Products specified in this section with minimum ten years documented experience. B. Applicator Qualifications: Company specializing in performing the work of this section with minimum three years documented experience. C. Mockup 1. Provide test area of not less than 5 square feet comprising typical water repellent installation, using specified methods and materials. 2. Visually examine test area for color change of substrate and water repellency. 3. Unacceptable Installation: Extensive darkening of substrate or absorption of water above specified limits. 4. Acceptable Installation: Maintain for duration of project as representative standard for remainder of installation. 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect and handle products to site under provisions of Section 01600. B. Protect coating liquid from freezing. 1.8 ENVIRONMENTAL REQUIREMENTS A. Do not apply coating when ambient temperature is lower than 50 degrees F or higher than 100 degrees F. B. Keep surfaces being treated dry until completion of treatment, including curing period. 1.9 WARRANTY A. Provide manufacturer's standard 5 year warranty, signed by Contractor and applicator, warranting water repellent material against failure of material and workmanship. (City of Lubbock, Texas ) 07181 (Southeast Water Reclamation Plant ) -2- (Water Resources Improvement Project ) (B&V PN 140092 ) PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Silane 1. Chemprobe Technologies, Inc. 2. L & M Construction Chemicals, Inc. 3. Pecora Corporation. 4. ProSoCo, Inc. 5. Sonneborn 6. Stonhard, Inc. B. Siloxane 1. Chemprobe Technologies, Inc. 2. The Euclid Chemical Company. 3. L & M Construction Chemicals, Inc. 4. Pecora Corporation. 5. ProSoCo, Inc. 6. Stonhard, Inc. 2.2 MATERIALS A. Siloxanes: Colorless penetrating water repellent, 5 percent solids, alkylalkoxysiloxanes that are oligomerous with alcohol, ethanol, mineral spirits, water, or other proprietary solvent carrier. B. Silanes: Colorless monomeric penetrating water repellent compound, 20 percent solids, containing alkyltrialkoxysilanes with alcohol, mineral spirits, water or other proprietary solvent carrier. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify joint sealants are installed and cured. B. Verify surfaces to be coated are dry, clean and free of efflorescence, oil, or other matter detrimental to application of coating. 3.2 PREPARATION A. Cure masonry and mortar substrate a minimum of 21 days prior to application of water repellents. B. Remove loose particles and foreign matter. C. Remove oil or foreign substance with a chemical solvent which will not affect coating. D. Scrub and rinse surfaces with water and let dry. E. Test for pH level according to repellent manufacturer's instructions to ensure chemical bond to silicate minerals. (City of Lubbock, Texas ) 07181 (Southeast Water Reclamation Plant ) -3- (Water Resources Improvement Project ) (B&V PN 140092 ) F. Protect all glass, aluminum, painted surfaces and other substrates not specified to receive water repellent coating from contact with water repellent coating. 3.3 APPLICATION A. Apply coating in accordance with manufacturer's written instructions and at recommended rate. B. Apply in minimum two continuous, uniform coats. 3.4 FIELD QUALITY CONTROL A. Perform field test on non -water repellent treated and water repellent treated area for each substrate scheduled to be treated. 1. Perform test using the RILEM 25 PEM method 11.4 for a period of one hour. 2. Perform minimum of 5 separate tests for each substrate scheduled to receive water repellent treatment using specified methods and materials. 3. Acceptable Application: Minimum 90 percent reduction in water absorption between treated and untreated areas. 4. Provide additional coatings until required reduction in absorption is achieved. 3.5 PROTECTION TO FINISHED AND ADJACENT WORK A. Protect adjacent surfaces not scheduled to receive coating. B. Mask sealant bond surfaces to prevent water repellent from migrating onto joint surfaces. C. Protect landscaping, property, and vehicles. D. If applied to unscheduled surfaces, remove immediately by a method instructed by coating manufacturer. 3.6 SCHEDULE A. Exterior Concrete Masonry: Siloxane or blend; minimum two coats. B. Cast -in -Place Concrete: Silane, minimum two coats. END OF SECTION (City of Lubbock, Texas ) 07181 (Southeast Water Reclamation Plant ) -4- (Water Resources Improvement Project ) (B&V PN 140092 ) Section 07532 SINGLE -PLY ROOFING, FULLY ADHERED PART 1 - GENERAL 1-1. SCOPE. This section covers the furnishing and installing of a fully adhered, single -ply membrane roof system complete with vapor retarder, adhesives, fasteners, flashings, insulation, and accessories. 1-2. GENERAL. Except as otherwise indicated on the drawings, all roof decks shall be covered with insulated, fully adhered single -ply membrane roofing system as indicated. The finished roof shall be watertight under all conditions of weather and service except physical damage due to unforeseen causes. The roof system shall meet UL rating and wind uplift classification as indicated. A general wind speed rating or high speed wind rating shall be provided as indicated. Unless indicated otherwise, a complete total system warranty covering all - elements of the roofing system shall be furnished with this work. A warranty which covers only the membrane will not be acceptable. 1-3. SUBMITTALS. Complete specifications and data covering the roofing systems and materials furnished under this section shall be submitted in accordance with the submittals section. Drawings shall be submitted showing outline of roof area and roof size, locations and types of roof penetrations, perimeter and penetration details, splice details, special details as needed, and installation instructions. Drawings shall be submitted showing the insulation manufacturer's recommended layout for each area of tapered insulation and crickets, when such systems are indicated on the drawings. Samples of the roofing membrane, insulation, and fasteners shall be submitted. Test data for pullout resistance for fastening systems shall be provided. Data shall be submitted showing compliance with UL requirements for the Class rating and the Factory Mutual wind uplift classification as indicated. Evidence shall be submitted which shows the roofing system installer to be an authorized applicator of the system furnished. (City of Lubbock, Texas ) 07532 (Southeast Water Reclamation Plant) -1- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 1-4. SUBCONTRACTOR'S QUALIFICATIONS. Unless indicated otherwise on the drawings, work under this section shall be done by a qualified roofing subcontractor who has been in business for at least 5 years. The roofing subcontractor shall be currently operating under the franchise of the roofing membrane manufacturer. The work shall be inspected by a representative of the membrane manufacturer to verify that materials and methods of application are in accordance with the recommendations of the manufacturer and with these specifications. 1-5. DELIVERY STORAGE AND HANDLING. Shipping shall be in accordance with the shipping sections. Handling and storage shall be in accordance wit the handling and storage section. Materials shall be delivered in original, unopened containers labeled with the manufacturer's name, brand name, installation instructions, and identification of various items. All materials for the roofing system shall be stored and handled in accordance with the recommendations of the manufacturer. 1-6. WARRANTY. Unless otherwise indicated, the manufacturer of the roofing membrane shall furnish to Owner, through the roofing subcontractor, a nonprorated, no dollar limit, total roof system warranty covering the workmanship and application of the roofing system including membranes, insulation, fasteners, vapor retarder, and flashings for the period indicated from the date of acceptance. The warranty shall provide for the repair of the total roofing system including repairs to membrane, flashings, counterflashings, insulation, barrier and cover boards, if required, fasteners, vapor retarder, adhesives and sealants resulting from all leaks in the membrane and base flashings that may occur due to defective materials, improper workmanship, and normal weather conditions. Unless otherwise indicated, the warranty shall include general wind uplift protection to 55 mph peak gusts. High wind uplift protection to 90 mph peak gusts shall be required if indicated or shown on the drawings. In addition, the manufacturer shall also provide a separate material warranty covering the membrane for not less than 20 years against premature deterioration because of weathering. PART 2 - PRODUCTS 2-1. MATERIALS. Unless noted otherwise, all materials used in construction of the roof system shall be furnished by the same manufacturer. Materials shall be manufactured by firms of national reputation. (City of Lubbock, Texas ) 07532 (Southeast Water Reclamation Plant) -2- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) In order to indicate type, quality, and features required, this specification is based on Carlisle "Sure -Seal" fully adhered system. Equivalent roofing systems manufactured by other manufacturers may also be acceptable provided the requirements of these specifications are met. Materials shall conform to the following: Vapor Retarder No. 15 asphalt saturated organic felt, _ ASTM D226, Type I, perforated. Asphalt Primer ASTM D41. _. Steep Asphalt ASTM D312, Type III. _ Roofing and Flashing FR-EPDM reinforced compounded Membrane, black elastomer; fire retardant; ASTM D4637; Type I, Class SR, Grade 1, Carlisle "Sure Seal Membrane", 0.060 inch thickness. Formable Flashing Material Uncured EPDM flashing membrane, 0.060 inch thick. Carlisle "Elastoform Flashing Membrane". _s Bonding Adhesive As recommended by roofing membrane manufacturer. Splicing Cement As recommended by roofing membrane manufacturer. Lap Sealant As recommended by roofing membrane manufacturer. In -Seam Sealant As recommended by roofing membrane manufacturer. Securement Strips Membrane manufacturers reinforced universal securement strip; Carlisle "RUSS" system. Fasteners Membrane manufacturer's standard. Water Cutoff Mastic Membrane manufacturer's standard. Night Sealant Membrane manufacturer's standard. Seam Fastening Plate Membrane manufacturer's standard. Molded Pipe Flashing Membrane manufacturer's standard. Pourable Sealer Membrane manufacturer's standard. w, Roof Barrier Board ASTM C1177, 5/8 inch glass mat gypsum roof board; Georgia Pacific "Dens -Deck Fireguard". (City of Lubbock, Texas ) 07532 (Southeast Water Reclamation Plant) -3- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Insulation Polyisocyanu rate Polyisocyanurate foam with both sides faced with glass fiber felts; ASTM C1289, Type II; Apache "Pyrox", GAF "Isotherm", Schuller/NRG "E-NRGY-Y 2" or as recommended by the membrane manufacturer. Flat Uniform thickness as indicated on the drawings. Tapered Thickness and slope as indicated on the drawings. Cricket System Insulation manufacturer's standard factory pre-cut cricket system, pattern as indicated on the drawings. Recovery Board ASTM C208; high density fiberboard, 1/2 inch thick. Carlisle "Sure Seal HP Recovery Board". Mechanical Fasteners Concrete Deck Applications Corrosion resistant type as recommended by roofing membrane manufacturer, Factory Mutual approved for roof insulation used, and for fire and wind resistance requirements specified; Carlisle "HP Concrete Spike". Unless otherwise specified, metal copings, gravel stops, counterflashings, cap flashings and similar metal components are covered in the sheet metal section. PART 3 - EXECUTION 3-1. INSPECTION. The roofing membrane manufacturer's representative and the roofing subcontractor shall conduct all required inspections and shall submit to the roofing manufacturer all required drawings, details, and completed questionnaires for obtaining the specified warranty. 3-2. PREPARATION OF ROOF SURFACES. Roof surfaces shall be cleaned and inspected before any roofing materials are applied. All drainage fixtures shall be set at the proper elevation to permit free flow of water. The roof surfaces to be covered shall be smooth, hard, dry, and free from high spots, depressions, and frost or effects of frost. Roof surfaces shall be swept clean and free from dust, loosened cement scale, and debris. Roof surfaces (City of Lubbock, Texas } 07532 (Southeast Water Reclamation Plant) -4- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) shall be examined for openings, holes, or crevices which might allow asphalt, adhesives, or sealants to drip or flow through the deck or between the deck and vertical projections. Such openings shall be filled or covered before any roofing materials are applied. 3-3. APPLICATION OF ROOFING 3-3.01. System. The materials for the roofing systems shall be as specified herein. The roofing system assemblies shall conform to the following systems as shown on the drawings. Cast -In Place or Precast Concrete Deck (without vapor retarder) SPA-C2 Flat Structural Deck/Tapered Insulation: Polyisocyanurate Insulation, tapered. 1 layer of recovery board. Crickets, where required. Roof Membrane. Walkway Pads, where required. 3-3.02. Nailers. Nailers shall be as specified in the carpentry section. Nailers shall be secured as specified by the roofing membrane manufacturer and as specified by FM Bulletin 1-49. Wood nailers shall be installed at the locations specified herein, as indicated on the drawings, and as recommended by the membrane manufacturer. 3-3.03. Insulation. Insulation shall be dry when installed. No more insulation shall be installed than can be covered with roofing membrane before the end of the day's work or before the onset of inclement weather. Unless otherwise specified, insulation shall be laid over the substrate, with joints no wider than 1/4 inch. Joints wider than 1/4 inch shall be filled with the same insulation. Insulation boards shall be laid with joints staggered between parallel courses and, if required, between layers. Abutting edges of boards shall be laid in moderate contact, not forced into place. At vertical surfaces, insulation shall be -- cut neatly to provide a clearance of not more than 1/4 inch. Insulation boards for tapered systems shall be positioned in accordance with the manufacturer's layout to produce roof slopes and drainage patterns as indicated on the drawings. The installed thickness of insulation shall be as indicated on the drawings. (City of Lubbock, Texas ) 07532 (Southeast Water Reclamation Plant) -5- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Crickets to provide positive roof drainage as indicated on the drawings, shall be installed as indicated on the drawings and per the manufacturer's instructions. The insulation shall be anchored to the metal roof deck with mechanical fasteners in accordance with FM Bulletin 1-28 and the FM Approval Guide. Installation of the mechanical fasteners shall be in accordance with the manufacturer's recommendations. The insulation shall be anchored to the concrete roof deck, with steep asphalt or mechanical fasteners as recommended by the roofing manufacturer. When high wind uplift is required, anchorage of insulation boards and cover boards shall be provided complete with all necessary anchors, special anchors, and appurtenances to meet the performance and warranty requirements. 3-3.04. Cover Board. Recovery boards shall be installed over all insulation as recommended by the roofing membrane manufacturer. Where high wind designs are indicated and where recommended by the membrane manufacturer, oriented strand board shall be installed over all insulation in lieu of recovery board. Cover boards shall be attached as recommended by the membrane manufacturer for the wind design specified. 3-3.05. Membrane. The roofing membrane shall be positioned over the installed insulation without stretching. Membrane shall be allowed to relax for approximately 1/2 hour prior to bonding. Sheets of membrane shall be positioned to provide a 3 inch minimum edge lap with adjacent sheets. Adhesive shall be applied to the membrane and the underlying substrate to securely bond the membrane to the board according to the manufacturers recommendations. Membrane shall be rolled to eliminate wrinkles, pockets, or voids. Joints in the membrane shall be cleaned and permanently joined at the overlap with splicing cement and in -seam sealant as recommended by the membrane manufacturer. At the end of each day or whenever application of roofing is interrupted, temporary water cutoffs shall be installed at loose edges as recommended by the membrane manufacturer. When work is resumed, the sheet shall be pulled free and trimmed to remove membrane where sealant was previously applied. 3-3.06. Securing Perimeter Membrane. Sheets of membrane shall be secured at the perimeter of each roof level, roof section, curb, skylight, expansion joint, penthouse, and parapet wall, where required, using fastening strips or reinforced universal securement strips mechanically fastened through the membrane and insulation into the wood blocking or structural substrate as recommended by the membrane manufacturer. (City of Lubbock, Texas ) 07532 (Southeast Water Reclamation Plant) -6- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) i 3-3.7. Gravel Stops. When gravel stops are required, roofing membrane shall be installed over the perimeter wood nailer to the outside face of the building, turned down, and extended below and secured to the wood nailer. Gravel stops shall then be installed and secured through the membrane as recommended by the gravel stop manufacturer and by the roofing membrane manufacturer. 3-3.8. Flashin . Perimeter, wall, roof edge, expansion joints, parapet, and curb flashings, where required, of EPDM membranes shall be provided and installed as recommended by the membrane manufacturer. The splices between the flashing and the membrane roof sheet shall be sealed with lap sealant before flashing is bonded to the vertical surfaces with bonding adhesive. All pipe, conduits, or other roof penetrations shall be flashed with molded pipe flashings and the manufacturer's recommended water cutoff mastic. Formable uncured EPDM flashing membrane shall be limited to inside/outside corners and other unusual projections and shapes. 3.3.9. Cleanup. Following installation of roofing materials, the roof surface shall be cleaned of all construction materials, traffic grime, accumulated dirt, excess sealants, and other debris. The membrane surface shall be cleaned as recommended by the membrane manufacturer. End of Section (City of Lubbock, Texas ) 07532 (Southeast Water Reclamation Plant) -7- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 07600 SHEET METAL PART 1 - GENERAL 1-1. SCOPE. This section covers sheet metal for flashings and moisture protection. The following sheet metal items are covered in other sections: Roof Specialties and Accessories, Flashing for Skylight Curbs. Ductwork, louvers, and other sheet metal for the heating, ventilating, and air conditioning system 1-2. GENERAL. Installation of wall and roof flashings shall be as indicated on the Drawings and as specified in Section 04200 and in Section 07532. Flashing members to be built into masonry, concrete, or roofing shall be delivered at the proper time for incorporation into the Work. When installing sheet metal items, care shall be taken to avoid marring and improper bending. All components shall be stored in clean, dry storage areas. Contact with corrosive or staining materials shall be prevented. All damaged sections shall be replaced and only undamaged units shall be installed. 1-3. SUBMITTALS. Complete specifications, data, and catalog cuts or drawings covering the items furnished under this section shall be submitted in accordance with Section 01300. 1-4. HANDLING AND STORAGE. Adequate protection shall be provided during shipment, site storage, and installation to prevent damage to materials or finished work. PART 2 - PRODUCTS 2-1. MATERIALS. Galvanized Steel ASTM A366 or A569; hot -dip galvanized in accordance with ASTM A525, G90 minimum. Extruded Aluminum ASTM B221, Alloy 6053 or 6063. (City of Lubbock, Texas ) 07600 (Southeast Water Reclamation Plant ) -1- (Water Resources Improvement Project ) (B&V PN 140092 ) Sheet Aluminum ASTM B209, Alloy 3003-H14, mill finish. Stainless Steel ASTM A167, Type 302 or 304, AISI 2B finish unless otherwise specified. Lead Fed Spec QQ-L-201, Grade B. Solder ASTM B32, Alloy Grade 50A (50-50). Soldering Flux For Stainless Steel Zinc chloride type, Fed Spec 0-F-506, Type ll. For Other Metals Acid type, Fed Spec 0-F-506, Type I, Form A. Fasteners Same metal as sheet metal being fastened. Coal Tar Epoxy Carboline "Kop-Coat Bitumastic Super Service Black" or Tnemec "46-465 H.B. Tnemecol". Acrylic Sealant Pecora "Unicrylic" or Tremco "Mono". 2-2. FLASHINGS. All exposed or contacting flashings shall be of the same material. 2-2.01. Types and Materials. Through -Wall Flashing Stainless steel, 32 gage, dead soft, fully annealed; ribbed; Architectural Steel "Rib -Bond", Cheney "3-Way Saw -tooth Flashing", or Keystone "Interlocking Type". Pitch Dams Miscellaneous Hidden Flashings Miscellaneous Exposed Flashing Gutters and Downspouts Galvanized steel, 28 gage. Stainless steel, 26 gage. Stainless steel, 26 gage 24 gauge aluminum, clear anodized finish (City of Lubbock, Texas ) 07600 (Southeast Water Reclamation Plant ) -2- (Water Resources Improvement Project ) (B&V PN 140092 ) 2-2.02. Through -Wall Flashings. Through -wall flashings shall be provided as indicated on the Drawings. Flashings over lintels and under sills shall extend 8 inches past each jamb and shall have ends turned up 1/4 inch. Joints in wall flashings shall overlap and shall be interlocked. Where multiple bends are required for through -wall installation, as indicated on the Drawings, flashings may be provided in single -bend sections with vertical legs overlapped to drain to the outside face of the wall. 2-3. GUTTERS AND DOWNSPOUTS. Gutters and downspouts shall be provided where and as detailed on the drawings, shall be constructed of materials specified, with fully watertight seam, and shall be configured as indicated. All details and construction shall be as recommended by the SMACNA "Architectural Sheet Metal Manual". 2-4. HOODS. Counterflashing hoods shall be provided for all conduits and pipes which pass through the roof, as indicated on the drawings. Hoods shall be fabricated of 24 gage stainless steel or 22 gage galvanized steel, and shall conform to the details indicated on the drawings. 2-5. PITCH DAMS. Pitch dams shall be provided at vents, sleeves, pans, and elsewhere as indicated on the drawings and as specified in the roofing section. Pitch dams shall be as follows: For Vents, Sleeves, and Galvanized steel, 28 gage, Pans 3 inches by height required to extend 1-1/2 inches above roof insulation. 2-6. MISCELLANEOUS FLASHINGS. Metal flashings shall be provided for vents, sleeves and similar projections through the roof. Unless otherwise indicated on the drawings, all flashings for such projections shall be fabricated from 4 pound sheet lead and shall extend at least 8 inches above the roof. PART 3 - EXECUTION 3-1. WATERTIGHT JOINTS. Joints in sheet metal work shall be closed watertight unless slip joints are specifically required. Watertight joints shall be mechanically interlocked and then thoroughly soldered for metals other than aluminum. Joints in aluminum or between aluminum and other metals shall be sealed with acrylic sealant. All joints shall be wiped clean of flux after soldering. Acid flux shall be neutralized by washing the joints with sodium bicarbonate. (City of Lubbock, Texas ) 07600 (Southeast Water Reclamation Plant ) -3- (Water Resources Improvement Project ) (B&V PN 140092 ) 3-2. FLASHINGS. 3-2.01. Through -Wall Flashings. Installation of through -wall flashings is covered i Section 04200. 3-2.02 Miscellaneous Metal Flashings. Metal flashings shall be installed per manufacturer's recommendations. 3-3. DRAINAGE SHEET METAL FABRICATIONS. 3-3.01. Gutters and Downspouts. Install gutters and downspouts where indicated Continuously support gutter, downspouts and set to correct elevation. 3-3. PROTECTION. Adequate protection shall be provided during shipment, site storage, and installation, to prevent damage to materials or finished work. Aluminum to be placed in contact with concrete, mortar, or dissimilar metals shall be given a heavy coat of coal tar paint. End of Section (City of Lubbock, Texas ) 07600 (Southeast Water Reclamation Plant ) -4- (Water Resources Improvement Project ) (B&V PN 140092 ) Section 07900 CAULKING ►7_1� 1-1. SCOPE. This section covers caulking and sealing. Fire rated caulking is covered in the fireproofing section. 1-2. GENERAL. The terms "caulking" and "sealing", as used on the drawings and in these specifications, are synonymous. Both terms indicate the materials specified herein. Oil -base caulking shall not be used on this project. 1-3. APPROVALS. All caulking shall meet the requirements of the standards specified herein. All caulking and sealing to be used in contact with potable water shall meet the requirements of ANSI/NSF Standard 61. 1-4. SUBMITTALS. Specifications and data covering the materials proposed for use, together with samples or color cards showing the manufacturer's full line of sealant colors, shall be submitted in accordance with the submittals section. PART 2-PRODUCTS 2-1. MATERIALS. Thiokol Sealants (polysulfides) Fed Spec TT-S-00227E, Class A or ASTM 920 Type M; polysulfide rubber, two component. Nonsag Submerged Service, Pecora "Synthacalk GC-2+" Non potable water Sonneborn "Sonolastic Polysulfide Sealant' Nonsubmerged Service Pecora " Synthacalk GC-2+" Sonneborn "Sonolastic Polysulfide Sealant" Polymeric Systems "PSI-350" Self -Leveling, A. C. Horn "Hornflex Traffic Grade" Nonsubmerged Polymeric Systems "PSI-350" Urethane Sealants (Polyurethanes) Fed Spec TT-S-00227E, Class A, Type 2 and ASTM C920, Type M, Grade NS; two component. (City of Lubbock, Texas ) 07900 (Southeast Water Reclamation Plant) -1- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Nonsag Submerged Service Potable Water Polymeric Systems "RC-270", Sika "Sikaflex-2cNS Nonpotable Water Pecora "Dynatred" Polymeric Systems "RC-270". Nonsubmerged Bostik "Chem -Calk 500" Service Tremco "Vulkem 227" Pecora "Dynatrol 11" Tremco "DYmeric 240" Sika "Sikaflex-2cNS" Self -Leveling, Bostik "Chem -Calk 550" Nonsubmerged Tremco "Vulkem 245" Pecora "Urexpan NR-200" Polymeric Systems " RC-2SL" Tremco "THC-900" Acrylic Sealant Fed Spec TT-S-230; ASTM C834 Bostik "Chem -Calk 600" Pecora " AC20" Tremco "Mono 555" Silicone Sealant Silicone rubber, neutral color; Dow Corning "Mildew -Resistant silicone 786", General Electric "Silicone Sanitary 1702 Sealant". Primer As recommended by the sealant manufacturer. Backup Material Polyethylene or polyurethane foam as recommended by the sealant manufacturer; Dow "Ethafoam SB" or Plateau "Denver Foam". Bondbreaker Tape Adhesive -backed polyethylene tape as recommended by the sealant manufacturer. (City of Lubbock, Texas ) 07900 (Southeast Water Reclamation Plant) -2- (Influent Lift Station Rehabilitation ) (B&V PN 140092 j 2-2. COLORS. Colors of sealants shall be as selected by Engineer from the manufacturer's standard line of colors. Different colors may be required for different locations. 2-3. LOCATIONS TO BE CAULKED. 2-3.01. With Thiokol or Urethane Sealant (Nonsag) - Submerged Service. All joints requiring caulking in submerged locations. Surface of basin weir plates in contact with supporting structure. 2-3.02. With Thiokol or Urethane Sealant (Nonsag) - Nonsubmerged Service. Entire perimeter of frames for exterior metal doors. Entire perimeter of metal louvers. Entire perimeter of metal dampers and metal shutters. Entire perimeter of aluminum windows. Control joints in masonry walls. Perimeter of aluminum entrances and assemblies, except exterior side of exterior sills. Joints on the underside of prestressed, precast roof members where exposed to view. Around service sinks. Joints between masonry and cast -in -place concrete, where indicated on the drawings. Other locations where caulking is indicated on the drawings, specified in other sections, or required for weatherproofing. 2-3.03. With Thiokol or Urethane Sealant (Self -Leveling). Horizontal joints in walks or drives. Horizontal joints in traffic -bearing decks and slabs. Annular space around handrail posts set in sleeves. 2-3.04. With Acrylic Sealant. Watertight joints in sheet metal work. (City of Lubbock, Texas ) 07900 (Southeast Water Reclamation Plant) -3- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) PART 3 - EXECUTION 3-1. JOINT PREPARATION. All surfaces to receive sealant shall be clean, dry, and free from dust, grease, oil, or wax. Concrete surfaces which have been contaminated by form oil, paint, or other foreign matter which would impair the bond of the sealant to the substrate shall be cleaned by sandblasting. All surfaces shall be wiped with a clean cloth saturated with xylol or other suitable solvent, and shall be primed before the sealant is applied. Unless otherwise recommended by the sealant manufacturer and permitted by the Engineer, the depth of sealant in a joint shall be equal to the width of the joint, but not more than 1/2 inch. Backup material shall be provided as necessary to control the depth of sealant and shall be of suitable size so that, when compressed 25 to 50 percent, the space will be filled. Backup material shall be rolled or pressed into place in accordance with the manufacturer's installation instructions, avoiding puncturing and lengthwise stretching. If depth of the joint does not permit use of backup material, bondbreaker tape shall be placed at the bottom of the joint to prevent three -sided adhesion. 3-2. SEALING. Sealing work shall be done before any field painting work is started. The air temperature and the temperature of the sealed surfaces shall be above 50OF when sealing work is performed. Upon completion of the sealing work, each sealed joint shall have a smooth, even, tooled finish, flush with the edges of the sealing recess, and all adjacent surfaces shall be clean. Sealant shall not lap onto adjacent surfaces. Any sealant so applied as to prevent the painting of adjacent surfaces to a clean line, or with an excess of material outside the joint and feathered onto surfaces, shall be removed and the joint resealed. End of Section (City of Lubbock, Texas ) 07900 (Southeast Water Reclamation Plant ) -4- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 08112 STAINLESS STEEL DOORS AND FRAMES PART 1 - GENERAL 1-1. SCOPE. This section covers stainless steel hollow metal doors and frames. Unless otherwise indicated or specified, all stainless steel doors shall be flush type. Caulking and finish hardware are covered in Section 07900, Caulking & Section 3 08700, Finish Hardware, respectively. 1-2. GENERAL. Doors, frames, and appurtenances shall be furnished and installed as specified herein and in accordance with the details and arrangements indicated on the drawings. Each entrance shall be designed for a wind load of 24 pounds per square foot. The maximum deflection of any component shall not exceed 1/175 of span. 1-3. SUBMITTALS. Complete specifications and drawings covering the aluminum entrances and a complete hardware schedule shall be submitted in accordance with Section 01300, Submittals. Drawings shall show an elevation of each door, details of construction, assembly and installation details, profiles and thickness of materials, anchors, reinforcements, hardware coordination, and finish. Drawings shall be accompanied by the manufacturer's installation manual, indicating standard recommendations and details of installation. The hardware schedule shall indicate each item of hardware required for each opening, manufacturer's name, manufacturer's number or symbol, and finish. 1.4 REFERENCES. 36 CFR 1191 — Accessibility Guidelines for Building and Facilities. Except as modified or supplemented herein, all stainless steel doors and frames shall conform to the requirements of ANSI/SDI 100. 1-5 METAL GAGE. Gages of steel sheet metal specified herein refer to standard gage and are minimum permissible thicknesses. 1-6 NOMENCLATURE The nomenclature used herein conforms to ANSI A123.1. (City of Lubbock, Texas ) 08112 (Southeast Water Reclamation Plant) -1- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) PART 2 - PRODUCTS 2-1. ACCEPTABLE PRODUCTS. Subject to the requirements specified herein, internally reinforced doors and accompanying frames shall be equivalent to the following: Curries Manufacturing Company "Series 7077" Pioneer Industries "Series CS" 2-2 SHOP FINISH. All stainless steel doors and frames shall be mill finish. 2-3 MATERIALS. Materials used in the manufacture and installation of steel doors and frames shall be type 316 stainless steel unless otherwise specified and shall be as follows: Doors and Frames Stretcher leveled, commercial quality stainless sheet steel with smooth, clean surface Internal Reinforcing ASTM A366, stainless steel Fillers for Internally Reinforced Doors Mineral wool or fiberglass. Anchoring Devices Stainless Steel. Expansion Anchors Stainless steel and as specified in the anchor bolts and expansion anchors section Tape Sealant PVC or neoprene closed -cell foam, black, '/ inch wide by % inch thick strip with pressure -sensitive adhesive back: Williams "Everlastic NH-1" or Blanchard "Foamgard". 2-4 FRAMES Frames for doors, sidelights, mullions, and interior glazed panels shall be formed of stainless steel to the sizes and shapes indicated. Metal for frames shall be not lighter than 16 gage. 2-4.01 Workmanship. The finished work shall be strong and rigid, neat in appearance, and free from defects. Molded members shall be fabricated straight and true with corner joints well formed, and with fastenings concealed where practicable. 2-4.02 Joints. Joints for frames shall be mitered or butted and continuously welded on the reverse side to produce rigid joints which are invisible on the face of the frame. Frame bottoms shall be held rigidly in position by spreader bars to maintain proper alignment during shipment and erections. (City of Lubbock, Texas ) 08112 (Southeast Water Reclamation Plant) -2- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 2-4.03 Hardware Provisions. Frames shall be prepared at the factory for the specified hardware. Frames shall be mortised, reinforced, drilled, and tapped for mortised hardware, and shall be reinforced for surface -applied hardware. Cover boxes shall be provided in back of all hardware cutouts. Frames for all doors except weatherstripped doors shall be punched to receive silencers, three holes on the lock side of single door frames and one hole for each leaf in heads of double door frames. Lock strikes shall be set out and adjusted to provide clearance for silencers. Concealed stainless steel reinforcements shall be provided for hardware with the following minimum thicknesses: Hinge reinforcement 10 gage - Strike reinforcement 14 gage Closer reinforcement 12 gage Other reinforcement 14 gage 2-4.04 Wall and Floor Anchors. Metal anchors of the sizes and shapes required for the adjoining type of wall construction shall be provided. Jamb anchors shall be fabricated from stainless steel, with thickness not less than the gage used for frames. Anchors shall be located near the top and bottom of each frame and at - intermediate points not be exceed 32 inches spacing. For frames set in masonry, jamb anchors shall be at least 10 inches long, adjustable, and corrugated or other deformed type. For frames set in hardened concrete or existing masonry walls, anchorage shall be provided as indicated on the drawings. All anchors and accessories shall be -.. stainless steel. Door frames shall be anchored to the floor with a 16 gage stainless steel base clip at each jamb. Clips shall be sized and drilled for at least two 3/8 inch diameter anchoring devices. 2-4.05 Stops and Beads. Stainless steel glazing beads shall be furnished with hollow metal frames at sidelights interior glazed panels and other locations where glazed frames are indicated on the drawings. Glazing stops shall be formed as an integral part of the frames, and the frames shall be prepared to receive the glazing beads. Beads shall be fastened to frames with stainless steel oval head machine screws spaced at 9 inch centers maximum. Rectangular beads may be either mitered or butted at corners. 2-4.06 Location of Hardware: The location of hardware items shall be in accordance with DHI recommended locations for Builders' Hardware and as - ` recommended by the door manufacturer. (City of Lubbock, Texas ) 08112 (Southeast Water Reclamation Plant) -3- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 2-5 DOORS. Doors indicated on the drawings as stainless steel, including doors with glazed and louvered openings, shall be as specified herein. Doors shall be prepared to receive the hardware specified in the finish hardware section. 2-5.01 Workmanship. Doors shall be rigid, neat in appearance, and free from defects. Molded members for glazed doors shall be formed straight and true, with joints coped or mitered, well formed, and in true alignment. All welded joints on exposed surfaces shall be dressed smooth so that they are invisible after finishing. 2-5.02 Sizes and Clearances. Doors shall be 1-3/4 inches thick, full flush type, of the sizes and design indicated. Clearances for doors shall be 1/8 inch at jambs and heads, % inch at meeting stiles of pairs of doors, and 3/ inch at bottom unless otherwise indicated or specified. 2-5.03 Construction. Doors shall have 18 gage seamless other sheets. Side ` edges of doors shall be flush and closed watertight. All seams shall be continuously welded and ground smooth. Doors shall be prepared at the factory for hardware and for glazing and louvers as indicated on the drawings and as specified. Door edges shall be beveled or rounded. Internally reinforced doors shall have fillers placed in the spaces between reinforcing members and shall be reinforced by 22 gage or heavier vertical steel stiffeners installed on 6 inch centers and welded to face sheets. Outswinging exterior doors shall be finished flush at the top, with all seams and joints closed watertight as specified for side edges. 2-5.04 Hardware Provisions. Doors shall be mortised, reinforced, drilled, and tapped for mortised hardware. Reinforcing units shall be provided for locksets. Reinforcing plates shall be provided for mortised and surface -applied hardware in at least the following thicknesses: Hinge reinforcement 10 gage Surface -applied closers and Hold -open arms 12 gage Other reinforcement 14 gage The location of hardware items shall be in accordance with DHI "Recommended Locations for Builders' Hardware for Standard Steel Doors and Frames." 2-5.05 Stops and Beads. Stainless steel metal glazing beads shall be furnished with hollow metal doors where glazed doors are indicated on the drawings. Glazing stops may be formed as an integral part of the doors, or separate glazing beads provided for both sides of the glass. Doors shall be prepared to receive the glazing beads. Beads shall be snapped into place, or shall be fastened with stainless steel oval head machine screws spaced at 9 inch centers maximum. (City of Lubbock, Texas ) 08112 (Southeast Water Reclamation Plant ) -4- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Beads having a molded shape shall be mitered at corners. Rectangular beads may be either mitered or butted at corners. Where doors are exposed to weather, all seams and joints on all sides of the glass panel, except joints in removable beads, shall be closed watertight as specified for side edges. 2-5.06 Astragals. The meeting edges of al exterior double doors and interior double doors scheduled to be weatherstripped shall be provided with stainless steel astragals. Astragals shall be applied to the active leaf unless otherwise indicated. When the astragal is attached to the inactive leaf, the active leaf shall be prepared for a lockset with a 3-3/4 inch backset. 2-5.07 Louvers. Louvers shall be stationary, sightproof, fixed slat or fixed grid type with a minimum of 60 percent of free air area. 2-6 REMOVABLE TRANSOM PANELS. All removable transom panels shall be heavy-duty, insulated, full flush design, 1-3/4 inches thick, constructed of tubular extrusions, 1/8-inch tempered hardboard impact reinforcement, and stainless steel face sheets. The removable transom panels shall match the adjacent flush stainless steel doors that are directly below them. The removable transom panels shall have all necessary hardware and reinforcing that allows for them to be self supporting and for easy removal of the panels when needed. The removable transom panels shall also have all necessary hardware and reinforcing required to support the impact loads and hardware required for the operation and locking of the door panels below them. PART 3 - EXECUTION 3-1. INSTALLATION. Door frames and framing members shall be installed plumb and true by skilled mechanics in accordance with the manufacturer's recommendations and standard installation manuals, subject to the following modifications. 3-1.01. Frames shall be set in position, plumbed, aligned, and braced securely until permanent anchors are set. Frames shall be anchored to floors with stainless steel expansion anchors or as indicated on the drawings. Jamb anchors shall be built into walls and secured to adjoining construction. Spreader bars shall remain in place until frames have been built into the walls. After completion of construction protective materials shall be removed, and all stainless steel work shall be washed with a mild solution of soap and water and then rinsed with clean water. End of Section (City of Lubbock, Texas ) 08112 (Southeast Water Reclamation Plant) -5- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 08700 FINISH HARDWARE PART 1 - GENERAL 1-1. SCOPE. This section covers finish hardware for flush aluminum doors and stainless steel doors. 1-2. GENERAL. 1-2.01. Templates. Each hardware manufacturer shall deliver to the door and frame manufacturer a template for each item of mortised and surface -applied hardware. Each template shall be labeled with the manufacturer's name, hardware item, opening number, and location on the door or frame where the item is to be installed. 1-3. SUBMITTALS. A complete schedule of finish hardware shall be submitted in accordance with Section 01300, Submittals. The schedule shall indicate each item of hardware required for each opening, manufacturer's name, manufacturer's number or symbol, and finish. 1-4. PACKAGING. Each item of hardware shall be packaged separately in an individual container complete with screws, keys, special wrenches, instructions, and installation templates necessary for accurately locating, setting, adjusting, and attaching the hardware. Each container shall be marked with the number of the opening to which the hardware item is to be applied. 1-5 REFERENCES: 36 CFR 1191 — Accessibility Guidelines for Building and Facilities PART 2 - PRODUCTS 2-1. ACCEPTABLE MANUFACTURERS. The catalog numbers which appear in the Hardware Schedule identify products of the first -named of the manufacturers listed herein for each hardware item. Equivalent products of the other manu- facturers listed herein will also be acceptable. Butts Stanley, Hager, or Lawrence. Locksets, and latchsets Schlage (without exception). Contractor shall verify locks can be keyed with existing Schlage system. Closers LCN, Sargent, or Corbin Russwin (cast iron bodies). (City of Lubbock, Texas ) 08700 (Southeast Water Reclamation Plant ) -1- - (Water Resources Improvement Project ) (B&V PN 140092 ) Thresholds Reese, Zero or Pemko Drip caps Reese, Zero, or Pemko. Flush bolts Trimco, Glynn -Johnson, Ives Smoke gasketing Reese, Zero, or Pemko Weatherstripping Reese, Zero, or Pemko. Coordinator for double doors Sargent, Glynn -Johnson or Ives Astragals National Guard Products, Pemko, or Reese 2-2. FINISH. The required finish shall be as indicated by the catalog number listed in the Hardware Schedule herein. Machine screws, bolts, and other exposed attachments shall be finished to match hardware. 2-3. KEYING. All cylinder locks and padlocks shall be keyed to match the existing keying system. After the finish hardware submittals have been accepted by the Engineer, the Engineer and Owner will meet with the Contractor and hardware consultant to determine the keying groups. All locks in each group shall be keyed alike and each group shall be keyed differently. PART 3 - EXECUTION 3-1. INSTALLATION. Hardware shall be accurately fitted, securely applied, carefully adjusted, and lubricated in accordance with the manufacturer's instructions. 3-1.01. Location. Unless otherwise directed by the Engineer, the locations of hardware items shall be in accordance with DHI "Recommended Locations for Builders' Hardware for Standard Steel Doors and Frames". 3-1.02. Thresholds. The ends of thresholds shall be notched to fit the applicable door frame profile. Thresholds shall be field drilled to receive flush bolts where required. Thresholds shall be anchored to concrete by means of 5116-inch diameter stainless steel flat head countersunk machine screws and expansion anchors spaced at 8-inch centers. Thresholds shall be set in asphalt roofing cement conforming to ASTM D4586, Type II. 3-2. ADJUSTING. Each supplier of finish hardware shall provide the services of a trained and experienced hardware consultant to service and adjust installed hardware. (City of Lubbock, Texas ) 08700 (Southeast Water Reclamation Plant ) -2- (Water Resources Improvement Project ) (B&V PN 140092 ) 3-3. PROTECTION. Special care shall be taken to protect finished surfaces of hardware during installation. Hardware on which the finish has been damaged prior to final acceptance of the work shall be replaced with new hardware at no additional cost to the Owner. 3-4. HARDWARE SCHEDULE. Hardware shall be furnished in accordance with the following schedule. Doors are listed by group number. A complete set of hardware is listed for each group. Group No. __. No. Item Read Catalog No. 1 Spring Hinges 3* 2063R — 4'/2' x 4'/2' Door #100 Lockset 1 L9453-06-630 Threshold, 1 PG691 5" x'/2' - - cast abrasive Drip cap 1 R199A - Weatherstripping Head and jambs 1 set DS70 Sill 1 323 * 3 hinges per door leaf up to 180 pounds, 4 hinges per door leaf greater than 180 pounds 2 Spring Hinges 6* 2063R — 4'/2' x 4'/2" Door #101 _.: Lockset 1 L9453-06-630 Threshold, 1 PG691 5" x'/2' cast abrasive Drip cap 2 R199A Weatherstripping Head and jambs 1 set DS70 Sill 2 323 Astragal 1 139A x height of door Flush Bolts 2 3917 -12" x US26D Door Coordinator 1 3487 * 3 hinges per door leaf up to 180 pounds, 4 hinges per door leaf greater than 180 pounds End of Section (City of Lubbock, Texas ) 08700 (Southeast Water Reclamation Plant ) -3- (Water Resources Improvement Project ) (B&V PN 140092 ) Section 08800 GLASS AND GLAZING PART 1 - GENERAL 1-1. SCOPE. This section covers glass and glazing for windows, doors, and other openings having glass as indicated on the Drawings and as stipulated herein. The following items of work are covered under other sections: Neoprene and vinyl gaskets for glazing aluminum entrances and assemblies. 1-2. GENERAL. Except as modified or supplemented herein, all glazing shall be in accordance with the recommendations of the Flat Glass Marketing Association (FGMA). Tempered glass and laminated glass shall conform to the requirements for glazing - materials for Category II products in accordance with the Safety Standard for Architectural Glazing Materials, 16 CFR 1201, January 6, 1977, as amended. Insulating glass units shall bear the certification labels of the Insulating Glass Certification Council (IGCC). 1-3. SUBMITTALS. Complete specifications and data covering the items furnished under this section shall be submitted in accordance with Section 01300, SUBMITTALS. 1-4. LABELS. All glass shall be delivered to the Work bearing the original - manufacturer's labels. These labels shall not be removed until just prior to the final window cleaning. PART 2 - PRODUCTS 2-1. MATERIALS. Materials shall conform to the following: Tempered Glass Plate or float, fully tempered, ANSI Z97.1 or ASTM C1048. Clear 1/4 inch; PPG "Herculite" or Spectrum "Tuf-flex". Extruded Tape Pecora "B-44 Extru-Seal", Protective Treatments "PTI 606", or Tremco "440 Tape". (City of Lubbock, Texas ) 08800 (Southeast Water Reclamation Plant) -1- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Acrylic Sealant Pecora "Unicrylic" or Tremco "Mono". Setting Blocks Soft lead or neoprene. Spacers PART 3 - EXECUTION Cork and rubber; Rhopac "Adhesive Backed Spacer Blocks". 3-1. GLAZING. All glass sizes shall be obtained from measurements of the work at the site or from the manufacturer of the sash, doors, or frames in which the glass is to be set. In all cases, however, the CONTRACTOR shall be responsible for the correctness of the size of the glass. Locations for each type of glass shall be as indicated in the schedules and details on the Drawings. Glazing shall conform to all local codes. Setting blocks shall be provided where recommended by the FGMA. 3-1.01. Aluminum assemblies. Glass in aluminum assemblies employing extruded gasket glazing shall be set with the gaskets and stops supplied by the manufacturer of such assemblies and in accordance with the manufacturer's instructions. 3-1.02. Other Glass. All other glass shall be set as required by the glazing facilities provided and the glass embedment requirements. 3-2. PROTECTION AND CLEANING. All glass shall be protected against breakage during the construction period, and all broken or cracked glass shall be replaced at the completion of the Work. All glass shall be cleaned just before final inspection, and all stains and defects shall be removed. Care must be exercised to remove paint, labels, and glazing compound without scratching or marring the surface of the glass or metal work. End of Section (City of Lubbock, Texas ) 08800 (Southeast Water Reclamation Plant) -2- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 09820 CEMENTITIOUS COATING 1. SCOPE. This section covers a cementitious coating to be applied to the surfaces of the influent piping channels. Coating will be applied to the sloping floor and adjacent walls of each channel above elevation 3136.00 to the extents shown on the drawings. Coating of the influent piping channel and wetwell below elevation 3136.00 is covered in section 09940 Protective Coatings. 2. MATERIALS. The coating shall consist of a mill -formulated mixture of white portland cement, fine -graded siliceous aggregate, pigments, and liquid acrylic additives to improve weatherproofing qualities and bonding properties. The coating shall be of the "breathing" type and shall contain no oils, paraffins, or waxes. The cementitious coating shall be Western Waterproofing Company "Resto-Crete" or Thoro System Products "Thoroseal with Acryl 60". The topcoat shall be Thoro Systems Products "Thorocoat", a 100 percent acrylic, textured coating. 3. COLOR. Colors will be selected from the manufacturer's standard line of colors after the award of contract. Not more than two colors will be required for the project. If requested by the Engineer, samples shall be submitted for color selection. 4. SURFACE PREPARATION. Existing concrete liner must be removed prior to any surface preparation. Any additional treatment or roughening of the cast -in -place concrete shall be performed under this section in accordance with the recommendations of the - coating manufacturer. Surfaces to be coated shall be blast cleaned per SSPC-SP13/NACE 6, ICRI-5 (CSP 5). All surfaces will be power washed with a minimum of 3,500 psi water mixed with TSP at a minimum flow of 2.5 gpm in order to remove all dirt, oil, grease, laitance, and other foreign matter. Prior to application of the coating, the - surfaces shall be thoroughly washed to remove all dust and residue and shall be damp, but free of excess water, at the time of application of the coating. 5. APPLICATION. All details, methods, and procedures of mixing, application, and curing of the coating material shall be in accordance with the recommendations of the manufacturer. - (City of Lubbock, Texas ) 09820 (Southeast Water Reclamation Plant) -1- --} (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) The coating shall consist of two coats. The first coat shall be a cementitious coating applied by brushing and floating, using equipment suitable to the process and conforming with the manufacturer's requirements. The coating materials shall fill all holes, pores, and surface irregularities and shall have sufficient thickness to cover and conceal all form marks, patches, and other surface defects. The first coat shall be brush applied at the rate of approximately 2 pounds per square yard and shall be float finished to a uniform, even, fairly smooth texture, free of brush marks, skips, runs, and defects. The buildup of materials to a purposely rough texture will not be required. The second coat shall be an acrylic spray -applied top coating with a dry film thickness of at least 12 mils. No application shall be made when the temperature is 40OF or below, or is expected to drop below 40OF within 24 hours after application. The material shall not be applied to frozen or frost -filled surfaces. 6. PROTECTION OF ADJACENT SURFACES. All adjacent surfaces not intended to be coated shall be suitably masked or otherwise protected during application of the coating. All coating materials splattered or dropped onto such surfaces shall be immediately removed. 7. SUBMITTALS. Specifications and data covering physical properties, mixes, and application procedures shall be submitted in accordance with the submittals section. Two samples of the cementitious coating applied to concrete panels not smaller than 6 by 6 inches and indicating the proposed color, thickness, and texture shall be submitted to the Engineer. After acceptance, the samples will be held to be representative of the properties and characteristics of the finally applied coating. End of Section (City of Lubbock, Texas ) 09820 (Southeast Water Reclamation Plant) -2- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) I Section 09920 ARCHITECTURAL PAINTING PART 1 - GENERAL 1-1. SCOPE. This section covers architectural field painting of surfaces for appearance, including surface preparation, protection of surfaces, and other appurtenant work. Regardless of the number of coats previously applied, at least two field coats, in addition to any shop or field prime coats, shall be applied to all -= surfaces unless otherwise specified. Dampproofing of concrete surfaces not in contact with treated or raw water, elastomeric deck coverings, protective coatings for equipment, and surfaces with severe service conditions that have been designated to be coated with a heavy- duty maintenance coating, are covered in other sections. This specification section only applies to the electrical building construction. 1-2. GENERAL. Cleaning, surface preparation, coating application, and thickness shall be as specified herein and shall meet or exceed the coating manufacturer's recommendations. When the manufacturer's minimum recommendations exceed the specified requirements, Contractor shall comply with the manufacturer's minimum recommendations. When equivalent products are acceptable to Engineer, Contractor shall comply with this Specification and the coating manufacturer's recommendations. 1-2.01. Governing Standards. All cleaning, surface preparation, coating application, thickness, testing, and coating materials (where available) shall be in accordance with the referenced standards of the following: American Water Works Association (AWWA), American National Standard Institute (ANSI), NACE International (NACE), The Society for Protective Coating (SSPC), NSF International (NSF), and ASTM requirements. 1-3. SUBMITTALS. Contractor shall submit color cards for all coatings proposed for use, together with complete descriptive specifications and the completed Coating System Data Sheets, to Engineer for review and color selection. Requests for review submitted directly to Engineer by coating suppliers will not - be considered. For the epoxy enamel, aliphatic polyurethane, and satin gloss latex emulsion finish coatings, a total of not more than five custom colors (excluding deep tone or high-level colors) may be required. The manufacturer's standard colors will be acceptable for all other coatings. (City of Lubbock, Texas ) 09920 (Southeast Water Reclamation Plant) -1- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) t 1-4. QUALITY ASSURANCE. 1-4.01. Coating System Data. The coating applicator and coating manufacturer shall review and approve in writing the proposed coating manufacturer's written recommendations for the proposed coating system and the intended service. Any variations from the specifications or the coating manufacturers published recommendations shall be submitted in writing and approved by the coating manufacturer. 1-5. DELIVERY AND STORAGE. All coating products shall be received and stored in accordance with the coating manufacturer's recommendations. PART 2 - PRODUCTS 2-1. ACCEPTABLE MANUFACTURERS. 2-1.01. Equivalent Coatings. Whenever a coating is specified by the name of a proprietary product or of a particular manufacturer or vendor, the specified coating shall be understood as establishing the type and quality of coating desired. Other manufacturers' coatings will be accepted, provided that sufficient information is submitted to enable Engineer to determine that the proposed coatings are equivalent to those named. Information on proposed coatings shall be submitted for review in accordance with Section 01300, Submittals. Requests for review of equivalency will be accepted only from Contractor and will be considered only after the Contract has been awarded. 2-2. MATERIALS. All coatings shall be delivered to the job in original unopened containers with labels intact. Coatings shall be stored indoors and shall be protected against freezing. No adulterant, unauthorized thinner, or other material not included in the coating formulation shall be added to the coating for any purpose. All coatings shall conform to the air quality regulations applicable at the location of use. Coating materials which cannot be guaranteed by the manufacturer to conform, whether or not specified by product designation, shall not be used. Contractor shall be responsible for ensuring the compatibility of field coatings with each other or with the coatings on shop coated or previously coated surfaces. Coatings used in successive field coats shall be produced by the same manufacturer. Coatings used in the first field coat over shop coated or previously coated surfaces shall cause no wrinkling, lifting, or other damage to underlying coats. (City of Lubbock, Texas ) 09920 (Southeast Water Reclamation Plant) -2- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) i 2-2.01. Primers. Universal Primer Ameron "Amercoat 385 Epoxy Carboline "Carboguard 888 Primer" Tnemec "Series 27 F.C. Typoxy " Sherwin-Williams "Macropoxy 646" 2-2.02. Intermediate and Finish Coatings. Epoxy Enamel Ferrous Metal Surfaces Ameron "Amercoat 385 Epoxy", Carboline "Carboguard 890", or Tnemec "Series N69 Hi -Build Epoxoline II". Sherwin Williams "Macropoxy 646" PART 3 - EXECUTION 3-1. SURFACE PREPARATION. All surfaces to be coated shall be clean and dry and shall meet the recommendations of the coating manufacturer for surface preparation. Freshly coated surfaces shall be protected from dust and other contaminants. Oil and grease shall be completely removed by use of solvents or detergents before mechanical cleaning is started. The gloss of previously coated surfaces shall be dulled if necessary for proper adhesion of topcoats. Surfaces shall be free of cracks, pits, projections, or other imperfections that would interfere with the formation of a smooth, unbroken coating film, except for concrete block construction where a rough surface is an inherent characteristic. When applying touchup coating or repairing previously coated surfaces, the surfaces to be coated shall be cleaned as recommended by the coating manufacturer and the edges shall be sanded or wire brushed and feathered or otherwise smoothed so that they will not be noticeable after they are coated. All coatings made brittle or otherwise damaged by heat of welding shall be completely removed. - } 3-1.01. Galvanized Surfaces. Galvanized surfaces shall be prepared for coating in conformity with the instructions of the manufacturer of the epoxy enamel. Any chemical treatment of galvanized surfaces shall be followed by thorough rinsing with clean water. 3-1.02. Ferrous Metal Surfaces -Non -immersion Service. Ferrous meta _£ surfaces, including fabricated equipment, in non -immersion service shall be cleaned to the degree recommended by the coating manufacturer for surfaces to be coated with epoxy enamel, except galvanized surfaces. Blast cleaning to at least SSPC-SP6 shall be used where recommended by the coating (City of Lubbock, Texas ) 09920 (Southeast Water Reclamation Plant) -3- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) manufacturer, and may be used elsewhere at the option of Contractor, provided that no dust is permitted to settle on adjacent wet coating. Surface profile shall be at least 15 percent of the dry film thickness specified for the coating system. 3-1.03. Hardware. Hardware items such as bolts, screws, washers, springs, and grease fittings need not be cleaned prior to coating if there is no evidence of dirt, corrosion, or foreign material. 3-2. MIXING AND THINNING. Coating shall be thoroughly mixed each time any is withdrawn from the container. Coating containers shall be kept tightly closed except while coating is being withdrawn. Coating shall be factory mixed to proper consistency and viscosity for hot weather application without thinning. Thinning will be permitted only as necessary to obtain recommended coverage at lower application temperatures. In no case shall the wet film thickness of applied coating be reduced, by addition of coating thinner or otherwise, below the thickness recommended by the coating manufacturer. Thinning shall be done in compliance with all applicable air quality regulations. 3-3. APPLICATION. Coating shall be applied in a neat manner that will produce an even film of uniform and proper thickness, with finished surfaces free of runs, sags, ridges, laps, and brush marks. Each coat shall be thoroughly dry and hard before the next coat is applied. In no case shall coating be applied at a rate of coverage greater than the maximum rate recommended by the coating manufacturer. Coating failures will not be accepted and shall be entirely removed and the surface recoated. Failures include but are not limited to sags, checking, cracking, teardrops, fat edges, or delaminations. 3-3.01. Priming. Edges, corners, crevices, welds, and bolts shall be given a brush coat of primer before application of the primer coat. Special attention shall V be given to filling all crevices with coating. Abraded and otherwise damaged portions of shop -applied coating shall be cleaned and recoated as recommended by the manufacturer of the finish coating. Welded seams and other uncoated surfaces, heads and nuts of field -installed bolts, and surfaces where coating has been damaged by heat shall be given a brush coat of the specified primer. Before the specified spot or touchup coating of metal surfaces, edges, corners, crevices, welds, and bolts in the area of the spot or touchup coating, shall be given a brush coat of primer. This patch, spot, or touchup coating shall be completed, and the paint film shall be dry and hard, before additional coating is applied. (City of Lubbock, Texas ) 09920 (Southeast Water Reclamation Plant) -4- (influent Lift Station Rehabilitation ) (B&V PN 140092 ) t t 3-3.02. Epoxy Enamel. Epoxy enamel shall be applied in accordance with the coating manufacturer's recommendations, including temperature limitations and protection from sunlight until topcoated. When applying high build epoxy coatings with a roller or brush and where a dry film thickness of at least 4 to 6 mils per coat is required, two or more coats shall be applied to achieve the recommended dry film thickness equal to a spray applied coating. 3-3.04. Film Thickness. The total coating film thickness, including prime coat (if any), intermediate coats, and finish coat, shall be not less than the following: Minimum Type of Coating Dry Film Thickness Epoxy enamel Surfaces with first coat of epoxy enamel 7 mils Other surfaces (two coats) 10 mils All other finishes 5 mils 3-3.05. Weather Conditions. Coatings shall not be applied, except under shelter, during wet, damp, or foggy weather, or when windblown dust, dirt, debris, or insects will collect on freshly applied coating. Coatings shall not be applied at temperatures lower than the minimum temperature recommended by the coating manufacturer or to metal surfaces such as tanks or pipe containing cold water, regardless of the air temperature, when metal conditions are likely to cause condensation. When necessary for proper application, a temporary enclosure shall be erected and kept heated until the coating has fully cured. 3-4. REPAIRING FACTORY -FINISHED SURFACES. Factory -finished surfaces damaged prior to acceptance by Owner shall be spot primed and recoated with materials equivalent to the original coatings. If, in the opinion of Engineer, spot repair of the damaged area is not satisfactory, the entire surface or item shall be recoated. 3-5. PROTECTION OF SURFACES. Throughout the Work, Contractor shall use drop cloths, masking tape, and other suitable measures to protect adjacent surfaces. Contractor shall be responsible for correcting and repairing any damage resulting from its or its subcontractors' operations. Coatings spilled or spattered on adjacent surfaces which are not being coated at the time shall be immediately removed. Exposed concrete or masonry not specified to be coated which is damaged by coatings shall be either removed and rebuilt or, where authorized by Owner, coated with two coats of masonry coating. (City of Lubbock, Texas ) 09920 (Southeast Water Reclamation Plant) -5- (influent Lift Station Rehabilitation ) (B&V PN 140092 ) 3-6. FIELD PRIMING SCHEDULE. In general, surfaces of steel, cast iron, and equipment are specified to be shop primed. Any such surfaces which have not been shop primed shall be field primed. Damaged or failed shop coatings which have been determined unsuitable by Engineer shall be removed and the surfaces shall be field primed. Galvanized, aluminum, stainless steel, wood, and insulated surfaces shall be field primed. Primers used for field priming, unless otherwise required for repair of shop primers, shall be as follows: Surface To Be Primed Material Steel and cast iron, surfaces to be coated with Epoxy enamel Same as finish coats. Galvanized Epoxy enamel. Unless otherwise recommended by the coating manufacturer or specified herein, priming will not be required on concrete, or concrete block, or gypsum wallboard surfaces specified to be coated with latex coating, nor on metal surfaces specified to be coated with epoxy enamel coatings. Priming will not be required on surfaces to be marked with traffic marking paint. 3-7. COATING SCHEDULE. The following schedule lists coatings for intermediate and finish coats. All exposed surfaces, including sides and edges, shall be coated. 3-7.01. Metal Surfaces. Surface To Be Coated Material Structural and miscellaneous Epoxy enamel (one finish coat). steel exposed to view inside and outside buildings. (Galvanized surfaces are not to be coated unless otherwise specified.) (City of Lubbock, Texas ) 09920 (Southeast Water Reclamation Plant) -6-_. (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 3-7.02. Surfaces Not to Be Coated. Unless otherwise specified, the following surfaces shall be left uncoated: Exposed aluminum, except ductwork. Polished or finished stainless steel. Unfinished stainless steel, except flashings and counterflashings, shall be coated. Nickel or chromium. Galvanized surfaces, except piping, conduit, ductwork, and other items specifically noted. Piping concealed in inaccessible plumbing chases and above suspended ceilings. Rubber and plastics, except as specified. Exterior concrete, unless noted otherwise. Surfaces specified to be factory finished. End of Section (City of Lubbock, Texas ) 09920 (Southeast Water Reclamation Plant) -7- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 09940 PROTECTIVE COATINGS PART 1 - GENERAL 1-1. SCOPE. This section covers field applied protective coatings to the influent lift station, including surface preparation, protection of surfaces, inspection, and other appurtenant work for equipment and surfaces designated to be coated with heavy-duty maintenance coatings. Regardless of the number of coats previously applied, at least two field coats in addition to any shop coats or field prime coats shall be applied to all surfaces unless otherwise specified. 1-2. GENERAL. Cleaning, surface preparation, coating application, and thickness shall be as specified herein and shall meet or exceed the coating manufacturer's recommendations. When the manufacturer's minimum recommendations exceed the specified requirements, Contractor shall comply with the manufacturer's minimum recommendations. When equivalent products are acceptable to Engineer, Contractor shall comply with this specification and the coating manufacturer's recommendations. 1-2.01. Governing Standards. All cleaning, surface preparation, coating application, thickness, testing, and coating materials (where available) shall be in accordance with the referenced standards of the following AWWA, ANSI, NACE, SSPC, NSF, and ASTM. 1-2.02. Delivery and Storage. All coating products shall be received and stored in accordance with the coating manufacturer's recommendations. 1-2.03. Coatings, Painting, and Linings Covered in Other Sections. Cementitous Concrete Coating of the Influent Pumping Wetwell above elevation 3136.00 — Section 09820 Electrical building and accessories coating and painting is specified in Section 09920 1-3. SUBMITTALS. Contractor shall submit color cards for all coatings proposed for use, together with complete descriptive specifications and the completed Coating System Data Sheets, to Engineer for review and color selection. Requests for review submitted directly to Engineer by coating suppliers will not be considered. Contractor shall submit a Coating System Data Sheet for each separately identified surface in the Coating Schedule that will be used in the project, using the appropriate Coating System Data Sheet forms (Figures 1-09940 and 2-09940) at the end of this section. Each field coating system shall be (City of Lubbock, Texas ) 09940 (Southeast Water Reclamation Plant) -1- (influent Lift Station Rehabilitation ) (B&V PN 140092 } acceptable to the coating material manufacturer. Each Coating System Data Sheet shall include application temperature limits including recoat time requirements for the ambient conditions at the site, including temperatures up to 130°F. Temperature requirements shall be specified by the coating manufacturer. Each proposed coating system shall be assigned a unique number with a prefix letter based on the following: Prefix Surfaces Figure A Iron and steel 2 C Concrete 1 E Equipment - submerged nonsubmerged 1 2 F Nonferrous metal 1 G Galvanized 1 H High temperature 1 P PVC and FRP 1 Each coating system that will be applied entirely in the field shall be assigned only a prefix letter and no suffix letter. When appropriate under the indicated conditions, the following suffix shall be added to the coating system numbers: -F Each shop -applied coating system that includes a finish coat applied in the field. A separate Coating System Data Sheet shall be developed and submitted for each variation or change in a coating system or surface to be coated. The manufacturer's standard colors will be acceptable for all coatings. 1-4. QUALITY ASSURANCE. 1-4.01. Coating System Data Sheet Certifications. The coating applicator and coating manufacturer shall review and approve in writing the coating manufacturer's written recommendations for the coating system and the intended service. Any variations from the specifications or the coating manufacturers published recommendations shall be submitted in writing and approved by the coating manufacturer. The coating manufacturer shall observe the surface preparation, mixing, and application of the coating systems and submit a written report of his observations and any additional recommendations. (City of Lubbock, Texas ) 09940 (Southeast Water Reclamation Plant) -2- (influent Lift Station Rehabilitation ) (B&V PN 140092 ) PART 2 - PRODUCTS 2-1. ACCEPTABLE MANUFACTURERS. 2-1.01. Alternative Manufacturers. In addition to the coatings listed herein, equivalent products of the following manufacturers will also be acceptable: PPG Sigma Rust-Oleum 2-1.02. Equivalent Coatings. Whenever a coating is specified by the name of a proprietary product or of a particular manufacturer or vendor, it shall be understood as establishing the desired type and quality of coating. Other manufacturers' coatings will be accepted, provided that sufficient information is submitted to enable Engineer to determine that the proposed coatings are equivalent to those named. Information on proposed coatings shall be submitted for review in accordance with the Submittals section. Requests for review of equivalency will be accepted only from Contractor, and will be considered only after the contract has been awarded. 2-2. MATERIALS. All coatings shall be delivered to the job in original, unopened containers, with labels intact. Coatings shall be stored indoors and shall be protected against freezing. No adulterant, unauthorized thinner, or other material not included in the coating formulation shall be added to the coating for any purpose. -- All coatings shall conform to the air quality regulations applicable at the location of use. Coating materials that cannot be guaranteed by the manufacturer to conform, whether or not specified by product designation, shall not be used. The coatings specified have been selected on the basis of the manufacturer's statement that the VOC content of the product is 2.8 Ibs per gallon or less; however, it shall be the Contractor's responsibility to use only coating materials that are in compliance with the requirements of all regulatory agencies. Local regulations may require some coatings to have a lower VOC content than specified herein. The coatings specified may meet the VOC limits in the unthinned (as shipped) condition, but may exceed the limits if thinned according to the manufacturer's recommendations. In such case, the coatings shall not be thinned beyond the 2.8 lbs per gallon, and if the product cannot be thinned to suit the application method or temperature limits, another manufacturer's coating shall be used, subject to acceptance by Engineer. (City of Lubbock, Texas ) 09940 (Southeast Water Reclamation Plant } -3- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Contractor shall be responsible for ensuring the compatibility of field coatings with each other or with any previously applied coatings. Coatings used in successive field coats shall be produced by the same manufacturer. The first field coat over shop coated or previously coated surfaces shall cause no wrinkling, lifting, or other damage to underlying coats. All intermediate and finish coating materials that will be in contact with wastewater atmosphere shall be guaranteed by the manufacturer to be fumeproof and suitable for wastewater plant atmosphere that contains hydrogen sulfide. Coatings that cannot be so guaranteed shall not be used. Lead-free and mercury -free coatings shall be used if available, but in no case shall coatings containing lead or mercury be used that become discolored when exposed to wastewater plant atmosphere. 2-2.01 Primers. Universal Primer Ameron "Amercoat 385 Epoxy", Carboline "Rustbond", ICI Devoe "Devran 224HS" Tnemec "Series 27 F.C. Typoxy", or Sherwin- Williams "Macropoxy 646". Epoxy Concrete Block Filler Ameron "Amerlock 40OBF Epoxy Block Filler", Carboline "Sanitile 600", ICI Devoe "Blox Filler 4000", Tnemec "Series 54-660", or Sherwin-Williams "Kem Cati-Coat HS". Epoxy Concrete Filler and Tnemec "Series 63-1500", Ameron NuKlad Surfacer 114A, or Carboline "Carboguard 510". Epoxy Waterborne Mortar Tnemec Series 218 Mortar Clad (Influent Pumping Concrete Channels and wetwell) 2-2.02. Intermediate and Finish Coatings. Epoxy Enamel (NSF certified systems) Ferrous Metal Surfaces and Ameron "Amerlock 400 High -Solids Epoxy Concrete Surfaces in Coating", Carboline "Carboguard 891 ", ICI Contact with Treated or Raw Devoe 'Bar -Rust 233H" Tnemec "Series Water in Potable Water N140 Pota-Pox Plus", or Sherwin-Williams Facilities "Macropoxy 646NSF"; immersion service. (City of Lubbock, Texas ) 09940 (Southeast Water Reclamation Plant ) -4- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Epoxy Enamel Concrete Floors Ameron "Amerlock 400", Carboline "Carboguard 890", ICI Devoe "Devran 224HS", Tnemec "Series N69 Hi -Build Epoxoline II", or Sherwin-Williams "Armorseal 1000HS"; nonskid. Ferrous Metal Surfaces and Ameron "Amercoat 385 Epoxy", Carboline Masonry or Concrete "Carboguard 890", ICI Devoe Devran Surfaces Other Than Floors "224HS", Tnemec "Series N69 Hi -Build Epoxoline II", or Sherwin-Williams "Macropoxy 646". Epoxy, Polyamine, Fiber- Tnemec Series 436 Perma-Shield FIR reinforced (Influent Pumping Concrete Channels and wetwell) Aliphatic Polyurethane Ameron "Amercoat 450H", Carboline "Carbothane 134HG", ICI Devoe "Devthane 379H" Tnemec "Series 1074 Endura-Shield II", or Sherwin-Williams "Acrolon 218HS". Coal Tar Epoxy High -build coal tar epoxy; Ameron "Amercoat 78HB Coal Tar Epoxy", Carboline "Bitumastic 300 M", Tnemec "46H-413 Hi -Build Tneme- Tar", or Sherwin-Williams "Hi -Mil Sher -Tar Epoxy". Medium Consistency Coal Tar Carboline "Bitumastic 50" or Tnemec "46-465 H.B. Tnemecol". Vinyl Ester Tnemec "Series 120 Vinester" Carboline "Plasite 4110" or Sherwin-Williams "Magnalux 304FF". PART 3 - EXECUTION 3-1. SURFACE PREPARATION. All surfaces to be coated shall be clean and dry and shall meet the recommendations of the coating manufacturer for surface preparation. Freshly coated surfaces shall be protected from dust and other contaminants. Oil and grease shall be completely removed by use of solvents or detergents before mechanical cleaning is started. The gloss on previously coated surfaces shall be dulled if necessary for proper adhesion of topcoats. (City of Lubbock, Texas ) 09940 (Southeast Water Reclamation Plant) -5- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Surfaces shall be free of cracks, pits, projections, or other imperfections that would interfere with the formation of a smooth, unbroken coating film, except for concrete block construction where a rough surface is an inherent characteristic. When applying touchup coating or repairing previously coated surfaces, the surfaces to be coated shall be cleaned as recommended by the coating manufacturer and the edges of the repaired area shall be feathered by sanding or wire brushing to produce a smooth transition that will not be noticeable after the coating is applied. All coatings made brittle or otherwise damaged by heat of welding shall be completely removed. 3-1.01. Galvanized Surfaces. Galvanized surfaces shall be prepared for coating according to the instructions of the manufacturer of the epoxy enamel. Any chemical treatment of galvanized surfaces shall be followed by thorough rinsing with clean water. 3-1.02. Ferrous Metal Surfaces. Ungalvanized ferrous metal surfaces shall be prepared for coating by using one or more of the following cleaning procedures as specified: solvents (SSPC-SP1); blasting (SSPC-SP5, -SP6, -SP7, or-SP10); power tools (SSPC-SP3 or-SP11); or hand tools (SSPC-SP2). Oil and grease shall be completely removed in accordance with SSPC-SP1 before beginning any other cleaning method. Surfaces of welds shall be scraped and ground as necessary to remove all slag and weld spatter. Tools which produce excessive roughness shall not be used. All components of equipment that can be properly prepared and coated after installation shall be installed prior to surface preparation. Components that will be inaccessible after installation shall have the surfaces prepared and coated before installation. Motors, drive trains, and bearings shall be protected during surface preparation in accordance with the equipment manufacturer's recommendations. All cut or sheared edges shall be ground smooth to a 1/8 inch minimum radius for all material 1/4 inch thickness and larger. For material thickness less than 1/4 inch all cut or sheared edges shall be ground smooth to a radius equal to 1/2 the material thickness. Grinding of rolled edges on standard shapes with a minimum radius of the 1/16 inch will not be required. All ferrous metal surfaces shall have all welds ground smooth and free of all defects in accordance with NACE Standard RPO178, Appendix C, Designation C and sharp edges ground smooth, if not previously prepared in the shop. Instead of blending of the weld with the base metal as required by the NACE standard, it will be acceptable to furnish a welded joint that has a smooth transition of the weld to the base metal. All welds shall be ground smooth to ensure satisfactory adhesion of paint. (City of Lubbock, Texas ) 09940 (Southeast Water Reclamation Plant) -6- (Influent Lift Station Rehabilitation } (B&V PN 140092 ) The cleaning methods and surface profiles specified herein are minimums, and if the requirements printed in the coating manufacturer's data sheets exceed the limits specified, the value printed on the data sheets shall become the minimum requirement. 3-1.02.01. Ferrous Metal Surfaces — Non -immersion Service. Ferrous metal surfaces, including fabricated equipment, in non -immersion service shall be cleaned to the degree recommended by the coating manufacturer for surfaces to be coated with coal tar epoxy, epoxy enamel, and heat -resistant coatings, except galvanized surfaces. Blast cleaning to at least SSPC-SP6 shall be used where recommended by the coating manufacturer, and may be used elsewhere at the option of Contractor, provided that no dust is permitted to settle on adjacent wet coating. Surface profile shall be as recommended by coating manufacturer, but not less than 2 mils. 3-1.02.02. Ferrous Metal Surfaces - Immersion Service. Surface preparation of ferrous metal surfaces in immersion service shall consist of blast cleaning to at least SSPC-SP10 and the first application of coating shall be performed on the same day. If more surface area is prepared than can be coated in one day, the uncoated area shall be blast cleaned again to'the satisfaction of Engineer. Surface profile shall be as recommended by coating manufacturer, but not less than 3.5 mils. 3-1.03. Concrete Surfaces. All concrete surfaces shall be free of objectionable substances and shall meet the coating manufacturer's recommendations for surface preparation. Any other surface preparation recommended by the coating material manufacturer shall be brought to Engineer's attention and may be incorporated into the work if acceptable to Engineer. All concrete surfaces shall be dry when coated and free from dirt, dust, sand, mud, oil, grease, and other objectionable substances. Oil and grease shall be completely removed by use of solvents or detergents before mechanical cleaning is started. New concrete shall have cured for at least 4 weeks before coating is applied as recommended by the material manufacturer. Concrete surfaces shall be tested for capillary moisture in accordance with ASTM D4263. There shall be no capillary moisture when coatings are applied on concrete. All surfaces to be coated shall be cleaned in accordance with ASTM D4258 and abraded in accordance with ASTM D4259. Surface profile shall be at least 25 percent of the dry film thickness specified for the coating system. Prior to application of the coating, the surfaces shall be thoroughly washed or cleaned by air blasting to remove all dust and residue. Spalled areas, voids, and cracks shall be repaired in accordance with the Concrete section and as acceptable to the Engineer. Fins and other surface projections shall be removed to provide a flush surface before application of coating. (City of Lubbock, Texas ) 09940 v (Southeast Water Reclamation Plant) -7- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Except where epoxy enamel is applied as damp -proofing, the concrete surfaces, including those with bug holes less than 1 inch in any dimension, shall be prepared when required and as recommended by the manufacturer, using an epoxy concrete filler and surfacer. Where coating with a vinyl ester the concrete filler and surfacer shall be as recommended by the manufacturer to be compatible with vinyl ester. Concrete channels at the influent pumping station shall be prepared as follows: Surfaces to be coated shall be blast cleaned per SSPC-SP13/NACE 6, ICRI-5 (CSP 5). All surfaces will be power washed with a minimum of 3,500 psi water mixed with TSP at a minimum flow of 2.5 gpm in order to remove all dirt, oil, grease, laitance, and other foreign matter. Prior to application of the coating, the surfaces shall be thoroughly washed to remove all dust and residue and shall be damp, but free of excess water, at the time of application of the coating. 3-1.04. Concrete Block Surfaces. Not Used. 3-1.05. Copper Tubing. All flux residue shall be removed from joints in copper tubing. Immediately before coating is started, tubing shall be wiped with a clean rag soaked in xylol. 3-1.06. Plastic Surfaces. Not used. All wax and oil shall be removed from plastic surfaces that are to be coated, including PVC and FRP, by wiping with a solvent compatible with the specified coating. 3-1.07. Hardware. Hardware items such as bolts, screws, washers, springs, and grease fittings need not be cleaned prior to coating if there is no evidence of dirt, corrosion, or foreign material. 3-1.08. Aluminum. When a coating system is required, remove all oil or I deleterious substance with neutral detergent or emulsion cleaner or blast lightly with fine abrasive. 3-1.09. Stainless Steel. When a coating system is required, surface preparation shall conform to the coating manufacturer's recommendations. 3-2. MIXING AND THINNING. Coating shall be thoroughly mixed each time any is withdrawn from the container. Coating containers shall be kept tightly closed except while coating is being withdrawn. Coating shall be factory mixed to proper consistency and viscosity for hot weather application without thinning. Thinning will be permitted only as necessary to obtain recommended coverage at lower application temperatures. In no case shall the wet film thickness of applied coating be reduced, by addition of coating thinner or otherwise, below the thickness recommended by the coating manufacturer. Thinning shall be done in compliance with all applicable air quality regulations. (City of Lubbock, Texas ) 09940 (Southeast Water Reclamation Plant) -8- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 3-3. APPLICATION. Coating shall be applied in a neat manner that will produce an even film of uniform and proper thickness, with finished surfaces free of runs, sags, ridges, laps, and brush marks. Each coat shall be thoroughly dry and hard _ before the next coat is applied. In no case shall coating be applied at a rate of coverage greater than the maximum rate recommended by the coating manufacturer. Coating failures will not be accepted and shall be entirely removed down to the substrate and the surface recoated. Failures include but are not limited to sags, checking, cracking, teardrops, fat edges, fisheyes, or delamination. 3-3.01. Priming. Edges, corners, crevices, welds, and bolts shall be given a brush coat (stripe coat) of primer before application of the primer coat. The stripe coat shall be applied by a brush and worked in both directions. Special attention shall be given to filling all crevices with coating. Abraded and otherwise damaged portions of shop -applied coating shall be cleaned and recoated as recommended by the manufacturer of the finish coating. Welded seams and other uncoated surfaces, heads and nuts of field -installed bolts, and surfaces where coating has been damaged by heat shall be given a brush coat of the specified primer. Before the specified spot or touchup coating of metal surfaces, edges, corners, crevices, welds, and bolts in the area of the spot or touchup coating shall be given a brush coat of primer. This patch, spot, or touchup coating shall be completed, and the paint film shall be dry and hard, before additional coating is applied. 3-3.02. Epoxy Enamel. When used, epoxy enamel shall be applied in accordance with the coating manufacturer's recommendations, including temperature limitations and protection from sunlight until top -coated. When concrete is to be coated, coatings shall not be applied to concrete surfaces in direct sunlight or when the temperature of the concrete is rising. Preferably the coating shall be applied when the temperature of the concrete is dropping. When applying high build epoxy coatings with a roller or brush and where a dry film thickness of at least 4-6 mils per coat is required, two or more coats shall be applied to achieve the recommended dry film thickness equal to a spray applied coating. -- 3-3.03. Coal Tar Epoxy. When used, the application of coal tar epoxy, including time limits for recoating, shall conform to the recommendations of the coating manufacturer. When concrete is to be coated, coatings shall not be applied to concrete surfaces in direct sunlight or when the temperature of the concrete is rising. Preferably the coating shall be applied when the temperature of the concrete is dropping. (City of Lubbock, Texas ) 09940 wa (Southeast Water Reclamation Plant) -9- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 3-3.04. Vinyl Ester. When used, the application of vinyl ester coating system, including time limits for recoating and temperature requirements of the materials, shall conform to the recommendations of the coating manufacturer. 3-3.05. Film Thickness. The total coating film thickness including intermediate coats and finish coat, shall be not less than the following: Type of Coating Medium consistency coal tar Coal tar epoxy (two coats) Epoxy enamel Floors Surfaces with first coat of epoxy enamel and final coat of aliphatic polyurethane Surfaces with first and second coat of epoxy enamel and final coat of aliphatic polyurethane Other surfaces (two coats) Immersion service (three coats) Vinyl ester Heat -resistant (silicone) High heat -resistant (silicone) Other surfaces (one coat) Other surfaces (two coats) Epoxy Waterborne Mortar Epoxy, Polyamine, Fiber -Reinforced Minimum Dry Film Thickness 20 mils. 20 mils. 5 mils. 7 mils (5 mils DFT for epoxy plus 2 mils DFT for aliphatic polyurethane). 12 mils (10 mils DFT for epoxy plus 2 mils DFT for aliphatic polyurethane). 10 mils. 15 mils. 30 mils. 3 mils. 3 mils. 5 mils. 10 mils. 1 /16" 75 mils (dry) 3-3.06. Weather Conditions. Coatings shall not be applied, except under shelter, during wet, damp, or foggy weather, or when windblown dust, dirt, debris, or insects will collect on freshly applied coating. Coatings shall not be applied at temperatures lower than the minimum temperature recommended by the coating manufacturer, or to metal surfaces such as tanks or pipe containing cold water, regardless of the air temperature, when metal conditions are likely to cause condensation. When necessary for proper application, a temporary enclosure shall be erected and kept heated until the coating has fully cured. Coatings shall not be applied at temperatures higher than the maximum temperature recommended by the coating manufacturer. Where coatings are applied during periods of elevated ambient temperatures, Contractor and the coatings manufacturer shall be jointly responsible to ensure that proper (City of Lubbock, Texas ) 09940 (Southeast Water Reclamation Plant) -10- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) application is performed including adherence to all re -coat window requirements. Precautions shall be taken to reduce the temperature of the surface application, especially for metal, at elevated temperatures above 1000F including shading application area from direct sunlight, applying coating in the evening or at night, and ventilating the area to reduce the humidity and temperature, Vinyl ester coating materials, when required, shall be maintained during transportation, storage, mixing, and application at the temperature required by the coating manufacturer, 350F to 90°F. 3-4. REPAIRING FACTORY FINISHED SURFACES. Factory finished surfaces damaged prior to acceptance by Owner shall be spot primed and recoated with materials equivalent to the original coatings. If, in the opinion of Engineer, spot repair of the damaged area is not satisfactory, the entire surface or item shall be recoated. 3-5. PROTECTION OF SURFACES. Throughout the work Contractor shall use drop cloths, masking tape, and other suitable measures to protect adjacent surfaces.. Contractor shall be responsible for correcting and repairing any damage resulting from its or its subcontractors' operations. Coatings spilled or spattered on adjacent surfaces which are not being coated at the time shall be immediately removed. Exposed concrete or masonry not specified to be coated which is damaged by coatings shall be either removed and rebuilt or, where authorized by Owner, coated with two coats of masonry coating. 3-6. FIELD QUALITY CONTROL. The following inspection and testing shall be performed: surface profile, visual inspection, and wet and dry film thickness testing. All inspection and testing shall be witnessed by Engineer. 3-6.01. Surface Profile Testing. The surface profile for ferrous metal surfaces shall be measured for compliance with the specified minimum profile. The surface profile for concrete shall comply with SSPC 13/NACE 6 Table 1 for severe service. 3-6.02. Visual Inspection. The surface of the protective coatings shall be visually inspected. 3.6.03. Film Thickness. Coating film thickness shall be verified by measuring the film thickness of each coat as it is applied and the dry film thickness of the entire system. Wet film thickness shall be measured with a gauge that will measure the wet film thickness within an accuracy of t0.5 mil. Dry film thickness shall be measured in accordance with SSPC-PA 2. 3-6.04. Spark Testing. Not Used. 3-6.05. Adhesion Testing. Not Used. (City of Lubbock, Texas ) 09940 (Southeast Water Reclamation Plant) -11- (influent Lift Station Rehabilitation ) (B&V PN 140092 ) 3-7. FIELD PRIMING SCHEDULE. In general, steel and cast iron surfaces of equipment are specified to be shop primed. Any such surfaces which have not been shop primed shall be field primed. Damaged or failed shop coatings which have been determined unsuitable by Engineer shall be removed and the surfaces shall be field coated, including prime coat (if any). Galvanized, aluminum, stainless steel, and insulated surfaces shall be field primed. Primers used for field priming, unless otherwise required for repair of shop primers, shall be: Surface To Be Primed Equipment, surfaces to be coated with Aliphatic polyurethane Epoxy enamel Coal tar coating Vinyl ester Steel and cast iron, surfaces to be coated with Epoxy enamel Coal tar coating Aluminum Galvanized Copper Stainless steel Plastic surfaces, including PVC and FRP Insulated piping Material Universal primer. Same as finish coats. Same as finish coats. Same as finish coats. Same as finish coats. Same as finish coats. Epoxy enamel. Epoxy enamel. Epoxy enamel. Epoxy enamel. Same as finish coats. As recommended by manufacturer of finish coats. Concrete, surfaces to be coated with epoxy enamel For damp -proofing Epoxy enamel. For all other surfaces Epoxy concrete filler and surfacer. Unless otherwise recommended by the coating manufacturer or specified herein, priming will not be required on concrete, or concrete block, nor on metal surfaces specified to be coated with epoxy enamel, coal tar epoxy, and heat -resistant coatings. Concrete surfaces to be coated with epoxy enamel shall be filled with epoxy concrete filler and surfacer so that a continuous film is obtained, except where concrete is damp -proofed with epoxy enamel. 3-8. FINISH COATING SYSTEMS. The following schedule lists coatings systems and coating system designations. (City of Lubbock, Texas ) 09940 (Southeast Water Reclamation Plant) -12- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) No. Finish Coating Systems Coating System Designation A C E F G H P 1. Epoxy enamel — One coat x x x 2. Epoxy enamel — Two coats x x x x x x 3. Epoxy enamel / NSF — Two coats x x 4. Epoxy enamel — Three coats x x x 5. Epoxy enamel / NSF — Three coats x x 6. Epoxy enamel — First coat Aliphatic polyurethane — Finish coat x x x x x x 7. Epoxy enamel — First and second coat Aliphatic polyurethane — Finish coat x x x 8. Universal primer — First coat Aliphatic polyurethane — Finish coat x x 9. Medium consistency coal tar — Two coats 10. Coal tar epoxy — Two coats x x 11. Vinyl ester — Not Used 12. Heat resistant — Two coats x 13. High heat resistant — Two coats x 14. Epoxy Waterborne Mortar — First Coat Epoxy, Polyamine, Fiber Reinforced — Finish Coat x 3-8.01. Surfaces Not To Be Coated. Unless otherwise specified, the following surfaces shall be left uncoated: Exposed aluminum, except ductwork. Polished or finished stainless steel. Unfinished stainless steel, except flashings and counter flashings, shall be coated. Nickel or chromium. Galvanized surfaces, except piping, conduit, ductwork, and other items specifically noted. Rubber and plastics, except as specified. Exterior concrete. Surfaces specified to be factory finished. (City of Lubbock, Texas ) 09940 (Southeast Water Reclamation Plant) -13- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 3-8.02. Shop Finishing. Items to be shop finished include the following. Shop finishing shall be in accordance with the coating schedule and the manufacturer's recommendations. a. All surfaces where blast cleaning cannot be or is not recommended to be performed in the field. b. Other items as otherwise specified. 3-8.03. Field Coating. Items to be field coated include the following. Field coating shall be in accordance with the field priming schedule, the coating schedule, and the manufacturer's recommendations. a. Surfaces not indicated to be shop finished and surfaces where blast cleaning can be performed in the field. b. All interior ferrous metal surfaces except stainless steel. C. Other items as otherwise specified. 3-9. METAL SURFACES COATING SCHEDULE. Surface To Be Coated Finish Coating System Non -galvanized and galvanized structural and A6 miscellaneous steel exposed to view or to the elements in exterior locations, including all structural elements above elevation 3135.80 in the influent pumping wetwell. Ductile Iron piping above elevation 3135.80 in the A6 influent pump channels, including valves, fittings, flanges, bolts, supports, and accessories, and galvanized surfaces after proper priming. Ductile Iron piping below elevation 3135.80 in the A10 influent pump channels, including valves, fittings, flanges, bolts, supports, and accessories, and galvanized surfaces after proper priming. All metal surfaces, unless otherwise specified, which A10 will be submerged or buried, all or in part, including all [ metal surfaces below elevation 3135.80 in the influent L pumping wetwell. (City of Lubbock, Texas ) 09940 I (Southeast Water Reclamation Plant)-14-__. (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) i t_ 3-10. CONCRETE SURFACES COATING SCHEDULE. Surface To Be Coated Finish Coating System Concrete floors and walls in the influent C14 pumping wetwell below elevation 3136.00 3-11. PIPING IDENTIFICATION SCHEDULE. Exposed piping and piping in accessible chases shall be identified with lettering or tags designating the service of each piping system, marked with flow directional arrows, and color coded. Piping scheduled to be color coded shall be completely coated with the indicated colors, except surfaces specified to remain uncoated shall include sufficiently long segments of the specified color to accommodate the lettering and arrows. All other piping shall be coated to match adjacent surfaces, unless otherwise directed by Engineer. 3-11.01. Location. Lettering and flow direction arrows shall be provided on pipe near the equipment served, adjacent to valves, on both sides of wall and floor penetrations, at each branch or tee, and at least every 50 feet in straight runs of pipe. If, in the opinion of Engineer, this requirement will result in an excessive number of labels or arrows, the number required shall be reduced as directed. 3-11.02. Metal Tags. Where the outside diameter of pipe or pipe covering is 5/8 - inch or smaller, aluminum or stainless steel tags shall be provided instead of lettering. Tags shall be stamped as specified and shall be fastened to the pipe with suitable chains. Pipe identified with tags shall be color coded as specified. 3-11.03. Letterin . Lettering shall be painted or stenciled on piping or shall be applied as snap -on markers. Snap -on markers shall be plastic sleeves, Brady "Bradysnap-On B-915" or Seton "Setmark". Letter size shall be as follows: Outside Diameter of Pipe or Covering 5/8 inch and smaller 3/4 to 4 inches 5 inches and larger 3-11.04. Color Coding and Lettering. Not Used. End of Section (City of Lubbock, Texas ) 09940 (Southeast Water Reclamation Plant) -15- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Minimum Height of Letters Metal tags -1/4 inch 3/4 inch 2 inches I SURFACE DESCRIPTION SYSTEM NO. - I SURFACE PREPARATION DESCRIPTION i Solvent SSPC-SP1 r Ferrous Metal Nonimmersion SSPC-SP6 r- Ferrous Metal Immersion r- SSPC-SP10 I"- SSPC-SP-5 I— Other COATING m is MANUFACTURER AND PRODUCT First Coat (Primer) Second Coat Third Coat Total Not less than minimum thickness specified. System Notes: (Attached if needed.) Project: Coatings Manufacturer: Initials Painting Applicator: Initials BLACK & VEATCH COATING SYSTEM DATA SHEET Fig 1-09940 SURFACE PREPARATION DESCRIPTION r Solvent SSPC-SP1 r Other: COATING m is MANUFACTURER AND PRODUCT Shop (Identify Product/Type) (Primer) Touchup Intermediate Coat Finish Coat Total Not less than minimum thickness specified. System 16 Notes: (Attached if needed.) Project: Coatings Manufacturer: Initials Painting Applicator: Initials BLACK & VEATCH COATING SYSTEM DATA SHEET Fig 2-09940 Section 10990 MISCELLANEOUS SPECIALTIES PART 1 - GENERAL 1-1. SCOPE. This section covers the miscellaneous items of work not covered in other sections. 1-2. GENERAL. Miscellaneous specialties shall be furnished and installed as specified herein and in accordance with the details, arrangements, and dimensions indicated on the Drawings. Where not specifically indicated or specified, fasteners, gaskets, and other accessories shall be provided as required and as recommended by the manufacturer of the specific item. 1-3. SUBMITTALS. Complete specifications, detailed drawings, and setting or erection drawings covering miscellaneous specialties shall be submitted in accordance with Section 01300, Submittals. PART 2 - PRODUCTS 2-1. FIRE EXTINGUISHERS. Portable fire extinguishers of the all-purpose, nitrogen -pressured, dry chemical type shall be provided as scheduled herein. The fire extinguishers shall be UL-approved for Class A, B, and C fires and shall have a 10 pound capacity, such as Badger " OABC", Buckeye "10H-ABC', or Kidde "10TAS". Finish of shell shall be red. 2-1.01. FIRE EXTINGUISHER SCHEDULE. Wall -mounted fire extinguishers shall be mounted on suitable wall brackets at the specific locations designated by the Engineer. The following fire extinguishers shall be provided: Room No. Location Quantity Mounting 101 Electrical Room 2 Wall 2-2. SPLASH BLOCKS. Precast reinforced concrete splash blocks shall be provided at the locations indicated on the Drawings. The blocks shall be as detailed on the drawings with curbs on three sides. The splash portion shall be sloped from not less than 1-inch at the inlet end to not less than 2 inches at the outlet end. The block shall be reinforced with not less than WWF4X4-W4XW4 welded wire fabric. i (City of Lubbock, Texas ) 10990 (Southeast Water Reclamation Plant) -1- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 2-3. PROTECTION. All parts and assemblies shall be protected during fabrication, shipment, storage, and erection, to prevent damage. Damaged units will be rejected and shall be replaced at no additional cost to the Owner. PART 3 - EXECUTION 3-1. INSTALLATION. All products listed herein shall be installed as recommended by the manufacturer and as indicated on the Drawings. All moving parts shall be properly lubricated and adjusted as required for proper operation. End of Section (City of Lubbock, Texas ) 10990 (Southeast Water Reclamation Plant) -2-__ (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 11060 EQUIPMENT INSTALLATION PART 1 -GENERAL 1-1. SCOPE. This section covers installation of eight new submersible pumping units and accessories that have been purchased by Owner under a separate contract. The pumping units are designated as RWW P-1101A, RWW P-1101B, RWW P-1102A, RWW P-1102B, RWW P-1104A, RWW P-1104B, RWW P- 1105A, RWW P-1105B on the drawings. These pumps are Flygt Model NP3301.180. The pumping units shall be installed in the sequence described on the drawings and in the Project Requirements section of the specifications. Startup requirements shall be as indicated in the Startup Requirements section. 1-2. GENERAL. Equipment installed under this section shall be erected and placed in proper operating condition in full conformity with drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer, unless exceptions are noted by Engineer. Hydraulic considerations and definition of terms shall be as set forth in the Hydraulic Institute Standards. Any equipment identified as being provided by Owner will be furnished complete for installation; excluding anchor bolts and electrical items. Shop drawings for the equipment purchased will be available from Owner. Any existing equipment which is removed shall be handled as indicated in the Project Requirements section. 1-2.01. Coordination. Pump manufacturer's field services are required and shall be provided by the equipment manufacturer. Contractor shall coordinate and pay for the services with the equipment manufacturer, and shall provide at least four trips to the site for installation inspection and start-up. Contractor shall give Engineer written notice at least 2 weeks prior to the need for manufacturer's field services furnished by others. Submittals for equipment furnished by Owner under the procurement contract will be furnished to Contractor upon completion of review by Engineer. Contractor shall review equipment submittals and coordinate with the requirements of the Work and the Contract Documents. Contractor accepts sole responsibility for determining and verifying all quantities, dimensions, and field construction criteria. Flanged connections to equipment including the bolts, nuts, and gaskets are covered in the appropriate pipe specification section. E (City of Lubbock, Texas ) 11060 (Southeast Water Reclamation Plant) -1- (Influent Lift Station Rehabilitation ) r (B&V PN 140092 ) 1-3. DELIVERY, STORAGE, AND HANDLING. 1-3.01. Storage. Upon delivery, all equipment and materials shall immediately be stored and protected by Contractor in accordance with the Handling and Storage section until installed in the Work. Equipment stored offsite by the Owner will be delivered to the site by Contractor. Equipment shall be protected by Contractor against damage and exposure from the elements. At no time shall the equipment be stored on or come into contact with the ground, grass, or any other type of vegetation. Contractor shall keep the equipment dry at all times. PART 2 - PRODUCTS 2-1. MATERIALS. Materials to be supplied by the Contractor for installing the pumping units shall be as follows: Concrete Grout Ductile Iron Pipe Steel Anchor Bolts Coatings Electrical PART 3 - EXECUTION As specified in the Cast -In -Place Concrete Section. As specified in the Grout section. As specified in the Ductile Iron Pipe Section. As specified in the Miscellaneous Metals Section As specified in the Anchorage In Concrete and Masonry section. As specified in the Protective Coatings section. As specified in the various electrical sections. 3-1. INSTALLATION. 3-1.01. General. The following items shall be installed by the Contractor: • Flygt model NP3301, 60 HP Submersible pumps — (8 total) Including the following: Pump, Discharge Base Elbow, Upper Guide Rail Bracket, Guide Rails, Lift Chain, anchor bolts and concrete grout base, and attached Electrical Cable (70 feet long). • Two of the eight submersible pumps will be temporarily installed by Owner in Channel No. 5. The pumps, piping, and associated items shall be removed, and the pumps shall be reinstalled in a permanent configuration as shown on the drawings. • Pump discharge piping, pipe supports, access platform and frame. • Channel repair, coating and painting. • All permanent electrical work. (City of Lubbock, Texas ) 11060 (Southeast Water Reclamation Plant) -2- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) All remaining items required to complete the Work. Temporary electrical power for six of the eight pumps shall be installed and shall include the following: • Remove three of the existing screw pump reduced voltage starters at the existing MCC in the Headworks Building. • Install three 250 amp breakers in the MCC screw pump spaces, unless existing breakers are of the specified size and suitable for reuse. • Reuse cable and conduit from MCC to screw pump motors. • Install three duplex starter/control panels for three pairs of pumps (or equivalent layout). Panels must be rated for NEC Class 1 Div 2. Connect to existing power feed cable and locate on upper landing of screw pump channels. • Connect 70-foot pump electrical cables to starter panels using temporary PVC conduit adequately supported. • Install a wetwell level sensor for controlling all six pumps. Equipment shall not be installed or operated except by, or with the guidance of, qualified personnel having the knowledge and experience necessary to obtain proper results as specified in the Startup Requirements section. Each pumping unit shall be leveled, aligned, and shimmed into position by the pump supplier. Installation procedures shall be as recommended by the equipment manufacturer and as required herein. Shimming between machined surfaces will not be permitted. All equipment shall be installed on concrete bases. Baseplates shall be anchored to the concrete base with required anchor bolts detailed on the drawings. For equipment with grouted bases, the space beneath shall be filled with grout as specified in the Grout section. The equipment base shall be grouted after initial fitting and alignment. Anti -seize thread lubricant shall be liberally applied to the threaded portion of all stainless steel bolts during assembly. The equipment manufacturer shall provide installation supervision and installation checks. For installation supervision, the manufacturer's field representative will observe, instruct, guide, and direct Contractor's erection or installation procedures. For installation checks, the manufacturer's field representative will inspect the equipment installation immediately following erection by Contractor, and observe the tests indicated in Startup Requirements section. The manufacturer's representatives shall revisit the site at Contractor's site as often as necessary to ensure installation satisfactory to Owner, if four trips are not adequate. (City of Lubbock, Texas ) 11060 (Southeast Water Reclamation Plant) -3- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 3-1.02. Pumping Units. When pumping units are to be installed, the equipment shall be installed in accordance with the Hydraulic Institute Standards. The pump concrete base shall be poured with anchor bolts as shown on the drawings, and the pump base elbow shall be grouted after initial fitting and alignment, but before final bolting of connecting piping. All discharge piping shall be installed by Contractor before the pipe is bolted to the base elbow provided with the pumps. Special care shall be taken to maintain alignment of pumping unit components. No stresses shall be transmitted to the pump flanges. After final alignment and bolting, connections to pumping equipment shall be tested for applied piping stresses by loosening the flange bolts. If any movement or opening of the joints is observed, piping shall be adjusted to proper fit. Couplings shall be realigned after grouting. Final coupling misalignment shall be within one-half of the coupling manufacturer's allowable tolerance. 3-1.02.01. Vertical End Suction Centrifugal Pumps. Not used. 3-1.02.02. Submersible Pumps. Control cables shall be supported to avoid tension and damage. Mounting of cable supports in wetwells will be coordinated by the pump supplier. Liquid level sensors shall be adjusted to the levels indicated in the respective pump schedules, or in the electrical schematics or P&ID's. Each system of sensors shall be installed complete with all required mounting brackets, steel mounting pipes and accessories. 3-2. STARTUP AND TESTING. Startup requirements, and tests associated with startup shall be as indicated in the Startup Requirements section. Startup and tests required shall occur in the order listed in the following paragraphs. Tests j shall not begin until any installation supervision and installation checks by the equipment manufacturer have been completed, except where noted below. 3-2.01. Preliminary Field Tests. Preliminary field tests shall be conducted on all equipment by Contractor as indicated in the Startup Requirements section. When an installation check is specified in the equipment sections, the equipment manufacturer's representative will participate in these tests to the extent described in the Startup Requirements section and in the equipment sections. 3-2.02. Field System Operation Tests. Field system operation tests shall be conducted on all equipment by Contractor as indicated in the Startup Requirements section. When an installation check is specified in the equipment sections, the equipment manufacturer's service personnel will participate in these tests to the extent described in the Startup Requirements section and in the equipment sections. 3-2.03. Field Demonstration Tests. Field demonstration tests will be conducted by the equipment manufacturer on equipment as indicated and as specified in the equipment sections. (City of Lubbock, Texas ) 11060 (Southeast Water Reclamation Plant) -4- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) i 3-2.04. Field Performance Tests & Distribution Tests. Field performance tests or distribution tests will be conducted by the equipment manufacturer on equipment as indicated and as specified in the equipment sections. 3-2.05. Field Baseline Performance Tests. Field baseline performance tests shall be conducted by Contractor on the equipment indicated in the equipment sections, and the tests shall be performed as indicated. When indicated in the equipment sections, the equipment manufacturer will participate in these tests. This test shall not be considered an acceptance test, but rather a test to determine initial performance curves and efficiency just prior to the equipment entering service. End of Section (City of Lubbock, Texas ) 11060 (Southeast Water Reclamation Plant) -5- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 13500 INSTRUMENTATION AND CONTROL SYSTEM Data Sheet Para- Description Data Units graph General (PR 1-1 & 1-2) System designation Supervisory Control and Data Acquisition (SCADA) System C Distributed Control System E; Plant Control System [; Other When "Other" is selected, indicate Instrumentation & Control System alternative. 1-1.02 System equipment F Computer system hardware (13510) T Computer system software (13520) Programmable logic controllers r (13530) 17 Remote terminal units (13531) r Distributed control units (13532) I Communications equipment (13540) r Software control block descriptions (13550) Instrumentation - General Requirements (13560) Panel Mounted Instruments (13561) (" Flow Instruments (13562) Pressure and Level Instruments (13563) F Analytical Instruments (13564) f— Miscellaneous Instruments (13565) ry Panels, consoles, and appurtenances (13570) I✓ Uninterruptible power supply (13580) (City of Lubbock, Texas ) 13500 (Southeast Water Reclamation Plant) -1- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) System Equipment IV Network Systems (13590) • Ethernet Networks (13591) • Device Networks (13592) Miscellaneous Network Hardware (13593) I✓ Network Cabling (13594) 1-2.02 Input/output lists Attached as an appendix to Section 13531 Attached to this Data Sheet Fumished later [j Located on the drawings 1-2.01 General Equipment Requirements required Yes No 1-2.01 5 Years supplier's experience; required Yes No 1-2.03 Listed or labeled by approved testing laboratory Eo: Yes C: No W UL r— Other When "Other" is selected indicate alternative Spare Parts As Indicated in Individual Sections Performance and Design Requirements (PR 2-2 & 2-3) Power Supply - Type Three phase and neutral (TPN) Three phase (TP) Single phase and neutral (SPN) 2-3.04 Uninterruptible power supply (UPS) ( Yes [: No Provisions for the number of future No. RTU's or PLC's Provisions for the total number of No. future 1/0 points Provisions for the number of future No. operator workstations. Provisions for the number of future No. communications channels Configuration (PR 2-5) (City of Lubbock, Texas ) 13500 (Southeast Water Reclamation Plant) -2- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Software configuration to be [; Owner performed by: � SYSTEM SUPPLIER 2-5 d. When configuration by Owner is 20 No. selected: Number of working days for on -site assistance 2-5 e. When configuration by Owner is 40 No. selected: Number of hours for telephone assistance 2-5 f. When configuration by Owner is selected: Supply of system at Owner's or the Engineer's offices located at: 2-5 f. When configuration by Owner is selected: Required delivery date 2-5 f. When configuration by Owner is r Printer selected: Configuration peripherals Color video copier to be supplied with the system F_ Field control device 2-5.02 When configuration by System Supplier selected, minimum number of custom graphic displays to be No. provided. 2-5.03 When configuration by System Supplier is selected, minimum number of separate daily reports to No. be provided. Systems Check (PR 3-2) 3-2.01 Field manager required C- Yes C No 3-2.02 Field inspection at delivery required. Yes No Number of working days for field 5 No. inspection at delivery 3-2.03 Training of Installation personnel in installation and wiring procedures Eo: Yes C No required Number of working days for 2 No. Installation Contractor training 3-2.04 Field inspection prior to start up Yes No Number of working days for field 2 No. inspection prior to start up 3-2.05 (Start up assistance IFr SYSTEM SUPPLIER'S Engineer 7 Programmer (City of Lubbock, Texas ) 13500 (Southeast Water Reclamation Plant) -3- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Number of working days for start up assistance 20 No. 3- 2.04.04 System check out report E Yes No Testing (PR 3-3) 3-3.01 Factory Acceptance Testing (FAT) Complete system Minimum system 3-3.02 Site Acceptance Testing (SAT) E Yes C No Number of working days for Site Acceptance Testing 2 No. Provide written Site Acceptance Test Report E Yes C No Operational Demonstration i Yes No Training (PR 3-4) 3- 4.01.03 Video Taping required Yes [; No 3-4.02 Instrument Training required [; Yes E No Required hours at System Supplier facility No. Number of students at System Supplier facility No. Required hours at Owner facility No. Number of students at Owner facility No. 3-4.03 Control System Maintenance Training required Yes E No Required hours at System Supplier facility No. Number of students at System Supplier facility No. Required hours at Owner facility No. Number of students at Owner facility No. 3- 4.04.01 .01 Operator training required (Pre- Installation) Yes E No Required hours at System Supplier facility No. Number of students at System Supplier facility No. (City of Lubbock, Texas ) 13500 (Southeast Water Reclamation Plant ) -4- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Required hours at Owner facility No. Number of students at Owner facility No. 3- 4.04.01 .02; Operator training required (Post- Installation) C; Yes No Required hours at Owner facility 8 No. Number of students at Owner facility 12 No. 3-4.05 Programmer training required (HMI Software) C Yes No First session required hours at Owner's facility No. First session number of students at Owner's facility No. Second session required hours at Owner facility No. Second session number of students at Owner facility No. 3-4.06 Programmer training required (PLC Software) r Yes No Required hours at Owner's facility No. Number of students at Owner's facility No. Supplemental Training required Yes [; No Required hours at Owner facility No. F-=Number of students at Owner facility No. (City of Lubbock, Texas ) 13500 (Southeast Water Reclamation Plant) -5- (Influent Lift Station Rehabilitation ) (B&V PN 140092 } r Section 13500 INSTRUMENTATION AND CONTROL SYSTEM t : tl:R11:1 1� 1-1. SCOPE. This section covers the furnishing and installation of an instrumentation and control system as designated and as required. The system shall be furnished as specified, complete with all software, human machine interface (HMI) hardware, input/output hardware, instrumentation, and all devices, accessories, appurtenances, testing, and training necessary for proper operation. 1-1.01. Terminology. When the phrase "as required" is stated in this section it shall mean "as required in the attached Data Sheet'. 1-1.02. Associated Sections. This section also includes the equipment and services specified in the following sections and Data Sheets as required. Section 13531 REMOTE TERMINAL UNITS Section 13550 SOFTWARE CONTROL BLOCK DESCRIPTIONS Section 13560 INSTRUMENTATION — GENERAL REQUIREMENTS Section 13563 PRESSURE AND LEVEL INSTRUMENTS Section 13570 PANELS, CONSOLES, AND APPURTENANCES Section 13580 UNINTERRUPTIBLE POWER SUPPLY Section 13590 NETWORK SYSTEMS Section 13594 NETWORK CABLING 1-2. GENERAL. Equipment furnished and installed under this section shall be fabricated, assembled, erected, and placed in proper operating condition in full conformity with the drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer, unless exceptions are noted by Engineer. 1-2.01. General Equipment Requirements. As required, the General Equipment Requirements shall apply to all equipment provided under this section. The supplier shall have as a minimum 5 years in the design, coordination and supply of computer -based monitoring, control, and data acquisition systems. (City of Lubbock, Texas ) 13500 I (Southeast Water Reclamation Plant) -6-- (Influent Lift Station Rehabilitation j (B&V PN 140092 ) i 1-2.02. Drawings. The drawings indicate locations and arrangements of equipment and may include input/output lists and block and one -line diagrams showing connections and interfaces with other equipment. The input/output (1/0) lists are included as required. 1-2.03. Codes, Permits and Agency Approvals. All work performed and all materials used shall be in accordance with the National Electrical Code, and with applicable local regulations and ordinances. Where mandated by codes, panels, assemblies, materials, and equipment shall be listed by Underwriters' Laboratories or other testing organizations acceptable to the governing authority as required. Contractor shall, as part of their work, arrange for and obtain all necessary permits, inspections, and approvals by the authorities having local jurisdiction of such work. This shall include any third -party inspections and testing of panels and equipment. 1-2.04. Supplier's Qualifications. Equipment and software furnished under this section and under other related sections listed in the Scope paragraph above shall be designed, coordinated, and supplied by a single manufacturer or supplier, hereinafter referred to as the System Supplier. The System Supplier shall be -' regularly engaged in the business of supplying computer -based monitoring, control, and data acquisition systems. The Contractor shall utilize the services of the System Supplier to coordinate all control system related items, to check-out and calibrate instruments, and to perform all testing, training, and startup activities specified to be provided. The System Supplier shall have the following minimum qualifications: • The supplier shall maintain a design office staffed with qualified technical design personnel. • The supplier shall maintain competent and experienced service personnel to service the hardware and software furnished for this project. • The intended supplier shall furnish the information requested in the Instrumentation and Control System Supplier Questionnaire bound elsewhere in the Documents. References including contact names, telephone numbers, and general project description shall be included in the questionnaire. The users and project lists shall be for similar control equipment, software, and type of projects. 1-2.05. Coordination. Systems supplied under this section shall be designed and coordinated by System Supplier for proper operation with related equipment and materials furnished by other suppliers under other sections of these specifications, under other contracts, and, where applicable, with related existing equipment. All equipment shall be designed and installed in full conformity with the drawings, specifications, engineering data, instructions, and recommendations of the manufacturer, and the manufacturer of the related equipment. (City of Lubbock, Texas ) 13500 (Southeast Water Reclamation Plant) -7- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 1-2.06. Related Equipment and Materials. Related equipment and materials may include, but will not be limited to, instrumentation, motor controllers, valve actuators, chemical feeders, analytical measuring devices, conduit, cable, and piping as described in other sections or furnished under other contracts. 1-3. GENERAL REQUIREMENTS. The drawings and specifications indicate the extent and general arrangement of the systems. If any departures from the drawings or specifications are deemed necessary by System Supplier, details of such departures and the reasons shall be submitted to Engineer for review with or before the first stage submittal. No departures shall be made without prior written acceptance. The specifications describe the minimum requirements for hardware and software. Where System Supplier's standard configuration includes additional items of equipment or software features not specifically described herein, such equipment or features shall be furnished as a part of the system and shall be warranted as specified herein. 1-3.01. Governing Standards. Equipment furnished under this section shall be designed, constructed, and tested in accordance with IEEE 519, ANSI C37.90, FCC Part 15 - Class A, and NEMA ICS-1-109.60. 1-3.02. Dimensional Restrictions. Layout dimensions will vary between manufacturers and the layout area indicated on the drawings is based on typical values. The System Supplier shall review the contract drawings, the manufacturer's layout drawings and installation requirements, and make any modifications requisite for proper installation subject to acceptance by Engineer. At least three feet of clear access space shall be provided in front of all components of the instrumentation and control system components. 1-3.03. Workmanship and Materials. System Supplier shall guarantee all equip- ment against faulty or inadequate design, improper assembly or erection, defective workmanship or materials, and leakage, breakage, or other failure. Materials shall be suitable for service conditions. All equipment shall be designed, fabricated, and assembled in accordance with recognized and acceptable engineering and shop practice. Individual parts shall be manufactured to standard sizes and thicknesses so that repair parts, furnished at any time, can be installed in the field. Like parts of duplicate units shall be interchangeable. Equipment shall not have been in service at any time prior to delivery, except for testing. 1-3.04. Abbreviations. Reference to standards and organizations in the Specifications shall be by the following abbreviated letter designations: ANSI American National Standards Institute (City of Lubbock, Texas ) 13500 j (Southeast Water Reclamation Plant) -8- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) i ASTM American Society for Testing and Materials AWG American Wire Gage FCC Federal Communications Commission IEEE Institute of Electrical and Electronics Engineers ISA Instrumentation, Systems and Automation (Society) NEC National Electrical Code NEMA National Electrical Manufacturers Association UL Underwriters' Laboratories 1-4. SUBMITTALS. Complete dimensional, assembly, and installation drawings, wiring and schematic diagrams; and details, specifications, and data covering the materials used and the parts, devices and accessories forming a part of the system furnished, shall be submitted in accordance with the Submittals section. Submittal data shall be grouped and submitted in three separate stages. The submittal for each stage shall be substantially complete. Individual drawings and data sheets submitted at random intervals will not be accepted for review. Equipment tag numbers or identifications used on the drawings shall be referenced where applicable. 1-4.01. First Stage Submittal. The first stage submittal shall include the following _ items. a. A detailed list of any exceptions, functional differences, or discrepancies between the system proposed by System Supplier and this specification. b. Product catalog cut sheets on all hardware items, clearly marked to show the model number, optional features, and intended service of each device. C. A brief, concise description of the proposed system, including major - hardware and software components, field services, and personnel training. d. A block diagram or schematic drawing showing the principal items of equipment furnished, including model numbers, and their interrelationships. e. Drawings showing floor space or desktop area requirements for all equipment items, including allowances for door swings and maintenance access. f. Environmental and power requirements, including heat release information for each equipment item. g. Standard system engineering and user manuals describing the use of the system and application programming techniques for creating reports, graphics, database, historical records, and adding new process 1/0 nodes _ } to the system. (City of Lubbock, Texas ) 13500 (Southeast Water Reclamation Plant) -9- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) h. Standard field termination drawings for all process input/output equipment, showing typical terminations for each type of point available in the system. i. A copy of the proposed software licenses for all software associated with the system. 1-4.02. Second Stage Submittal. Before any equipment is released for shipment to the site and before factory testing is scheduled, the following data shall be submitted. At System Supplier's option, the first and second stage submittals may be combined. a. Detailed functional descriptions of all software modules specified and furnished as part of System Supplier's standard system. The descriptions shall be identified with the applicable specification paragraph. b. Complete panel fabrication drawings and details of panel wiring, piping, and painting. Panel and subpanel drawings shall include overall dimensions, metal thickness, door swing, mounting details, weight, and front of panel arrangement to show general appearance, with spacing and mounting height of instruments and control devices. C. Wiring and installation drawings for all interconnecting wiring between components of the system and between related equipment and the equipment furnished under this section. Wiring diagrams shall show complete circuits and indicate all connections. If panel terminal designations, interdevice connections, device features and options, or other features are modified during the fabrication or factory testing, revised drawings shall be submitted before shipment of the equipment to the site. d. Review of drawings submitted prior to the final determination of related equipment shall not relieve System Supplier from supplying systems in full compliance with the specific requirements of the related equipment. e. Input/output listings showing point names, numbers, and addresses. Input/output identification numbers from the contract documents shall be cross-referenced in this submittal. Proposed lesson plans or outlines for all training courses specified herein, including schedule, instructors' qualifications and experience, and recommended prerequisites. 1-4.03. Third Stage Submittal. Complete system documentation, in the form of Operation and Maintenance Manuals, shall be submitted before the commence- ment of field acceptance testing. Operation and Maintenance Manuals shall include complete instruction books for each item of equipment furnished. Where instruction booklets cover more than one specific model or range of device, (City of Lubbock, Texas ) 13500 (Southeast Water Reclamation Plant) -10- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) product data sheets shall be included which indicate the device model number and other special features. A complete set of "as -built' wiring, fabrication, and interconnection drawings shall be included with the manuals. If field -wiring modifications are made after these drawings are submitted, the affected drawings shall be revised and resubmitted. 1-5. PREPARATION FOR SHIPMENT. All electronic equipment and instruments shall be suitably packaged to facilitate handling and to protect against damage during transit and storage. All equipment shall be boxed, crated, or otherwise completely enclosed and protected during shipment, handling, and storage. All equipment shall be protected from exposure to the elements, shall be kept dry at all times, and shall not be exposed to adverse ambient conditions. Painted surfaces shall be protected against impact, abrasion, discoloration, and other damage. Painted surfaces that are damaged prior to acceptance of equipment shall be repainted to the satisfaction of Engineer. Each shipment shall include an appropriate shipping list that indicates the contents of the package, including the specific instrument tags. The shipping list shall be accessible without exposing the instruments to the atmosphere. The shipping list shall also contain any cautionary notes regarding storage of the instruments, including requirements to protect the instrument from static discharge, desensitizing chemicals (solvents, paints, etc.), or ambient atmospheric conditions. . ; Individual instruments shall be appropriately tagged or labeled to positively identify the device. All identification shall be visible without the need to unpack the instrument from its protective packaging. Instrument shipment and storage requirements shall be coordinated with Engineer or Owner prior to shipment. System Supplier shall provide adequate storage and be ready to accept the shipment before shipping any equipment to the site. Additional shipping and storage requirements shall be as detailed in the individual instrument specifications. Components which are shipped loose due to transportation limitations shall be assembled and disassembled by the manufacturer prior to shipment to assure that all components fit together and are adequately supported. 1-6. DELIVERY STORAGE AND SHIPPING. Shipping shall be in accordance - with the Shipping section. Handling and storage shall be in accordance with the Handling and Storage section. 1-7. SPARE PARTS. Spare parts and consumable items shall be provided as required. 1-7.01. Packaging. All spare parts shall be delivered to Owner before final _= acceptance of the system. Packaging of spare parts shall provide protection against dust and moisture and shall be suitable for storage. Circuit boards and (City of Lubbock, Texas ) 13500 (Southeast Water Reclamation Plant) -11- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) other electronic parts shall be enclosed in anti -static material. All packages shall be clearly marked with the manufacturer's name, part number or other identifi- cation, date of manufacture, and approximate shelf life. 1-7.02. Replacement. System Supplier may utilize spare parts and supplies during system installation, de -bugging, startup, or training, but shall restore all such materials and supplies to the specified quantities before final acceptance of the systems. PART 2 - PRODUCTS 2-1. GENERAL REQUIREMENTS. All equipment furnished under each section referenced in SCOPE is a part of this section and shall be selected by System Supplier for its superior quality and intended performance. Equipment and materials used shall be subject to review. 2-1.01. Standard Products. The systems furnished shall be standard products. Where two or more units of the same type of equipment are supplied, they shall be the products of the same manufacturer; however, all components of the systems furnished hereunder need not be the products of one manufacturer unless specified herein. 2-2. PERFORMANCE AND DESIGN REQUIREMENTS. The design of the systems furnished hereunder shall utilize concepts, techniques and features that provide maximum reliability and ease of maintenance and repair. The systems shall include board -level devices such as light emitting diodes or other indicators to facilitate quick diagnosis and repair. Diagnostic software shall be furnished to facilitate system -level troubleshooting. Where redundant hardware is provided, the system shall be capable of performing all specified functions, without reconfiguring hardware or software, with only one device of each category in service. 2-2.01. Factory Assembly. Equipment shall be shipped completely factory assembled, except where its physical size, arrangement, configuration, or shipping and handling limitations make the shipment of completely assembled units impracticable. 2-2.02. Expandability. The system shall be capable of expansion as required. 2-3. POWER SUPPLY. Unless otherwise specified, power supply to all equipment will be 120 volts, 60 Hz, single phase. System Supplier shall be responsible for distribution of power among enclosures, consoles, peripherals, and other components of the system from the power supply receptacles and junction boxes indicated on the drawings. Power distribution hardware shall include cables and branch circuit overcurrent protection installed in accordance with the Electrical section. (City of Lubbock, Texas ) 13500 (Southeast Water Reclamation Plant) -12- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 2-3.01. Facility Distribution System. Equipment not indicated to be powered from an uninterruptible power source shall be suitable for being supplied from the facility distribution system and shall be capable of withstanding voltage variations of ±10 percent and harmonics up to the limits of IEEE 519 without affecting operation. System Supplier shall provide voltage conditioning or filtering equipment if necessary to meet the requirements specified. 2-3.02. Power Supplies. Power supplies for voltages other than those listed above shall be an integral part of the equipment furnished. Internal power supplies shall be regulated, current limiting, and self -protected. 2-3.03. Surge Withstand. All equipment shall meet all surge withstand capability tests as defined in ANSI C37.90 without damage to the equipment. 2-3.04. Uninterruptible Power Supply. As required, an uninterruptible power supply (UPS) shall be furnished hereunder to power the equipment indicated on the drawings or will be furnished under another section. System Supplier shall be responsible for coordinating the size of the UPS unit with the equipment furnished hereunder, and shall advise Engineer if a unit of higher capacity is necessary. 2-4. SERVICE CONDITIONS AND ENVIRONMENTAL REQUIREMENTS. The equipment provided for the instrumentation and control system shall be suitable for the service conditions specified in the attached equipment sections. All equipment shall be designed and selected to operate without degradation in performance throughout the environmental extremes specified. Equipment shall be designed to prevent the generation of electromagnetic and radio frequency interference and shall be in compliance with FCC Rules and Regulations, Part 15, for Class A computing devices. 2-4.01. Ambient Temperature. All system equipment located in air conditioned rooms shall be suitable for operation in ambient temperatures from 10°C to 350C and a relative humidity of 10 to 80 percent, noncondensing. All equipment located - in non air conditioned indoor areas shall be suitable for an ambient temperature range of 0°C to 500C and a relative humidity of 10 to 95 percent, noncondensing. All equipment located outdoors shall be suitable for operation in an ambient temperature range 0°C to 600C and a relative humidity of 5 to 100 percent. Heaters and air conditioning/cooling equipment shall be provided where essential -a to maintain equipment within its manufacturer -recommended operating ranges. 2-4.02. Deleterious Effects. All system equipment will be installed in areas without anti -static floor construction and without any provisions for control of particulates or corrosive gases other than ordinary office -type HVAC filtering. System Supplier shall furnish any additional air cleaning equipment, anti -static (City of Lubbock, Texas ) 13500 (Southeast Water Reclamation Plant) -13- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) �_LL chair pads, or other protective measures necessary for proper operation of the system. All input/output hardware shall meet or exceed, without false operation, all requirements of NEMA ICS-1-109.60, Electrical Noise Tests. 2-4.03. Noise Level. The equivalent'.'A" weighted sound level for any system equipment located in the control room, except printers, shall not exceed 35 dBA. The sound level for printers shall not exceed 65 dBA. Sound reduction enclosures shall be provided where necessary to comply with these limits. 2-4.04. Lightning Protection. In addition to other environmental protection specified herein, the entire system shall be provided with lightning protection. Lightning protection measures shall include the following. 2-4.04.01. Grounding. All major components of the system shall have a low resistance ground connection. Grounding system provisions indicated on the drawings shall be modified as recommended by System Supplier. 2-4.04.02. Surge Suppressors. Surge and lightning supressors shall be non - faulting, non -interrupting, and shall protect against line -to -line and line -to -ground surges. Devices shall be solid-state metal oxide varistor (MOV) or silicon junction type, with a response time of less than 50 nanoseconds. Surge protective devices shall be applied for the following: a. All power connections to RTUs, PLCs, DCUs, instruments and control room equipment. Surge arresters shall be Transtector "ACP-100 Series", Power Integrity Corporation "ZTA Series", Phoenix Contact "Mains PlugTrab", or MCG Surge Protection "400 Series". b. All connections to coaxial -based networked equipment (including CCTV, CAN, ethernet, Arcnet, and satellite) where any part of the circuit is outside of the building envelope. Surge arresters shall be Telematic "VP08", Transtector "TCP Series", Phoenix Contact "CoaxTrab Series", or Northern Technologies "TCS-CP3 Series". c. All analog signal circuits where any part of the circuit is outside of the building envelope. Circuits shall be protected at both the transmitter and the control system end of the circuit. Surge protection devices shall not impede or interfere with the use of smart transmitter calibration/communication. Protection devices located near the transmitter shall be Telematic "TP48." Protection devices in control panels shall be Transtector "TSP Series", Telematic "SD Series", Phoenix Contact "PipeTrab Series", or Citel "13131-24." d. All metallic pair (twisted and untwisted) conductor local area network and data highway termination points, where any part of the data highway cable (City of Lubbock, Texas ) 13500 (Southeast Water Reclamation Plant) -14- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) is routed outside of the building envelope. Single -port protective devices shall be Phoenix Contact "PlugTrab Series" or Telematic "NP Series." e. All serial, PLC data highway, and remote 1/0 network termination points where any part of the circuit is routed outside of the building envelope. Surge protection devices shall be Transtector "DLP Series" (RS-232); Transtector "FSP4000MC Series" (RS-422); Phoenix Contact "PlugTrab Series"; or Citel "E280 Series". f. All radio antenna leads. Surge protection devices shall be as specified in Section 13540. g. All telephone lines at points of connection to the system. Protection devices for dial -up circuits shall be Transtector "TSJ Series", Telebyte "Model 22PX", Citel "BP1-T", or equal. Protection devices for full period circuits shall be Transtector "LMP Series", Northern Technologies "DLP-S Series", Phoenix Contact "TeleTrab Series", or Circuit Components, Inc. "SPR-TM Series." 2-5. SYSTEM SOFTWARE CONFIGURATION. The system software will be configured by Owner. System Supplier shall be responsible for the following configuration support tasks: a. Furnish and install the necessary operating system software, utilities, and all standard software packages. All software provided shall be fully configured for use as specified herein and in related sections. This configuration should include but not limited to, security access from the Administrator functionality to the Operator functions, printing functions (including graphics, reports, system documentation parameters, etc.), reporting functions, and historical interface and historical data accessibility. b. Furnish and apply all standard communications software and develop any custom communications software needed for the components of the system to communicate information as indicated on the functional block diagram on the drawings. c. Configure the hardware and provide any necessary firmware or software programming associated with the hardware, configuration such as DCU, PLC, and RTU device address assignments. d. Provide the services of an experienced applications engineer for the number of 8-hour day visits as required, at Owner's facilities, to assist with the configuration. One of these visits shall be scheduled to coincide with e the delivery of equipment for configuration. The remaining visits shall be scheduled with Engineer and Owner. e. Provide the services of the applications engineer for telephone consultation and trouble shooting from System Supplier's facility for the total number of hours as required. (City of Lubbock, Texas ) 13500 (Southeast Water Reclamation Plant) -15- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) f. Provide early shipment of the terminal and hardware equipment for configuration of the system as defined herein. This equipment shall be delivered to Owner's offices as required, but not before submittal information and drawings for the equipment have been approved. System Supplier shall also be responsible for subsequent retransport of this equipment to the project site. g. Provide configuration information to Engineer at least two weeks before the shipment of equipment. Include specific 1/0 address numbering schemes for all field 1/0 points, database tag numbering format, address numbers of points for internal use, and other information necessary to begin database, HMI , and PLC, RTU, or DCU programming. h. Provide complete startup, checkout, and calibration of all system hardware and 1/0 specified herein. Provide any programming requisite to implementing the features and functions described herein that are not a standard part of the system software. Software that must be Engineer -Owner produced custom programming code is unacceptable. 2-6. SOFTWARE DOCUMENTATION. System Supplier shall furnish complete documentation on all software supplied with the systems specified herein. Operating systems, compilers, assemblers, and utility and diagnostic programs that are standard commercial products of third parties need not be included in the magnetic media backup. Software documentation shall consist of the following principal items. a. One backup set of any integrated circuit or solid-state memory -based plug- in firmware used. b. Two complete back up copies of system and application software in executable format on magnetic media compatible with the system furnished. c. Three sets of user reference manuals for all standard system and application software. d. One set of user reference manuals for all operating system software. e. Three sets of printed as -built reference documentation for any special software provided specifically for this contract. For each licensed software product, all documentation provided by the product manufacturer shall be provided. This includes all reference manuals and any other documents that were provided by the manufacturer. There should be one set of this documentation for each and every piece of equipment provided. Multiple pieces of similar equipment or software require multiple copies of this documentation. (City of Lubbock, Texas ) 13500 (Southeast Water Reclamation Plant) -16- (influent Lift Station Rehabilitation ) (B&V PN 140092 ) f 2-7. SOFTWARE LICENSE. All software programs supplied as a standard part of System Supplier's products for this project shall be licensed to Owner for use on the system specified herein. Such license shall not restrict Owner from using the software on the system provided hereunder or its replacement. Owner shall have the right to make copies of the software for use on the system provided. Specific requirements of System Supplier's software license are subject to review and approval by Owner and Engineer. 2-8. INSTALLATION TEST EQUIPMENT. All necessary testing equipment for calibration and checking of system components shall be provided by System Supplier. System Supplier shall also furnish calibration and maintenance records for all testing and calibration equipment used on the site if requested by Engineer. PART 3 - EXECUTION 3-1. INSTALLATION REQUIREMENTS. The installation of equipment furnished hereunder shall be by the Contractor or their assigned subcontractors. 3-1.01. Field Wiring. Field wiring materials and installation shall be in accordance with the Electrical section. 3-1.02. Instrument Installation. Additional requirements for mounting, piping, and calibration of field instruments are described in the instrumentation section. 3-1.03. Salvage of Existing Equipment. Existing equipment and materials removed or replaced under this contract shall be delivered to Owner at a location designated by Owner, or shall be properly disposed of at Owner's discretion. Care shall be taken to avoid damage to equipment delivered to Owner. Any mounting brackets, enclosures, stilling wells, piping, conduits, wiring, or openings that remain after removal of equipment and support hardware shall be removed or repaired in a manner acceptable to Owner and Engineer. Transmitters or switches containing mercury shall be removed and disposed of by personnel trained in the handling of hazardous materials and using approved procedures. 3-2. SYSTEMS CHECK. As required, System Supplier shall provide the services of a field manager and a trained and experienced field supervisor to assist the installation contractor during installation, and to calibrate, test, and advise others of the procedures for installation, adjustment, and operation. 3-2.01. Field Manager. As required, System Supplier shall appoint a field services manager who shall be responsible for the coordination of all system check-out and startup activities, and who shall be immediately available to Engineer and Owner by phone or on site for the duration of this project. (City of Lubbock, Texas ) 13500 (Southeast Water Reclamation Plant) -17- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 3-2.02. Field Inspection at Delivery. As required, the field supervisor shall inspect major equipment items within five working days of delivery, to assure that the equipment was not damaged during shipment and shall supervise or assist with unpacking, initial placement, and initial wiring of the system. 3-2.03. Training for Installation Personnel. As required, the field supervisor shall train the installation personnel in reading and understanding submittal drawings, and in the correct installation and wiring procedures for the equipment. 3-2.04. Field Inspection Prior to Start Up. After installation and wiring connections are complete, the field supervisor, with additional System Supplier's personnel for the number of days as required, shall verify that each external connection to the system is correctly wired and field process components and devices are functioning as intended. 3-2.04.01. Analog Signals. Analog input signals shall be simulated at the transmitting source, and verified to be received at the proper register address in the control system. Analog outputs shall be generated at the control system, and verified to be received with the correct polarity, at the respective receiving device. 3-2.04.02. Discrete Signals. Discrete input and output signals shall be simulated and verified that they are received at the respective receiving device, and at the proper voltage. 3-2.04.03. Devices by Other Suppliers. If interrelated devices furnished by other suppliers or under other contracts, such as valve actuators, motor controls, chemical feeders, and instruments, do not perform properly at the time of system checkout, the field supervisor shall use suitable test equipment to introduce simulated signals to and/or measure signals from these devices to locate the sources of trouble or malfunction. 3-2.04.04. System Check Out Report. The System Supplier shall submit a written report on the results of such tests to Engineer. Additional documentation shall be furnished as requested by Engineer to establish responsibility for corrective measures. System Supplier shall verify, in writing, to Engineer or Owner that System Supplier has successfully completed the external connection check before beginning system startup or field acceptance testing. 3-2.05. Start Up Assistance. After the field supervisor has completed the system check and submitted his report, System Supplier shall supply a factory -trained engineer and a programmer to provide on site start up assistance for the number of days as required. During the startup period, these personnel shall thoroughly check all equipment, correct any deficiencies, and verify the proper operation of all components. (City of Lubbock, Texas ) 13500 (Southeast Water Reclamation Plant) -18- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) (City of Lubbock, Texas ) 13500 (Southeast Water Reclamation Plant) -19- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 3-3. TESTING. The system shall be acceptance tested at the factory and on site. System Supplier shall prepare a testing procedure to be approved by Owner and Engineer that shall demonstrate that the system conforms to the specifications. The testing procedure shall be submitted at least 30 days in advance of testing. The testing shall be conducted by System Supplier and witnessed by Owner and/or Engineer. System Supplier shall notify Engineer and Owner in writing at least 14 days before the proposed testing date. If the factory acceptance test is concluded unsuccessfully, the test shall be repeated. System Supplier shall reimburse Owner and Engineer for all expenses incurred in connection with attending repeated factory or site testing necessitated by system failure or inadequate preparation. 3-3.01. Factory Acceptance Testing. After system assembly and debugging at System Supplier's facility, the system shall be tested before the system is shipped to the site. As required, the factory test shall be conducted on the complete system, including all field 1/0 devices, communications equipment, and peripherals; or as required, using at least the minimum system consisting of computer hardware, software, printer, and one field 1/0 device. The entire system, including all peripherals and associated software, shall be factory tested under simulated operating conditions. Both normal operating sequences and fault conditions shall be simulated. The results shall be noted on the CRT displays and the logging printer for hard copy. The testing procedures for hardware and software are described below. All basic functions shall be demonstrated, including 1/0 processing, communications, alarm handling, HMI display functions, alarm logging, report generation, and historical data storage, as well as the specific functions listed herein. The system shall operate continuously for at least a 72 hours without faults. This operational test may run concurrently with the demonstration of hardware and software functions. The test procedure shall also include at a least four-hour period for discretionary tests to be conducted by Engineer or Owner. For systems with software configuration by Engineer/Owner, a preliminary version of such configured software may be used as part of the factory acceptance test. 3-3.01.01. Hardware Test. Processors, processor modules, and peripheral devices associated with the system shall be assembled together as they will be installed in the field and shall be tested. The test shall demonstrate proper operation of each hardware device and communications among devices, and shall include verification of selected analog and discrete inputs and outputs. (City of Lubbock, Texas ) 13500 (Southeast Water Reclamation Plant) -20- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 3-3.01.02. Software Test. All system software modules specified herein shall be demonstrated. Software tests shall include running all diagnostics, debugging routines, and system test routines. The operating system, advanced process control language compiler, and all associated drivers shall be fully tested and operable for the system test. Software "patches" or changes to bypass failed or flawed modules during the test will not be acceptable. 3-3.02. Site Acceptance Testing. After installation and checkout by System Supplier's personnel, the system shall be subjected to an acceptance test. Site acceptance testing shall be scheduled after receipt of the System Check Out Report and System Supplier shall verify that all field signal changes are reflected in the proper address locations in the system database. The site acceptance testing shall follow the same procedure as the factory testing and shall operate without loss of basic functions. The number of days of continuous operation for the test shall be as required. The operational demonstration shall confirm that the status, alarm, and process variable signals are valid and are being updated appropriately, and that the discrete and analog output signals from the control system are being correctly transmitted and implemented. Any errors or abnormal occurrences shall be recorded by System Supplier's field representative. System Supplier's field representative need not be continuously present during the site acceptance testing, but shall be available to respond to the site within one hour of notification. The representative shall inspect the system for faults at least once every 24 hours and shall log or record any noted problems. The log shall include a description of the problem, its apparent cause, and any corrective action taken. 3-3.02.01. Failure of Redundant Equipment. Failure of redundant equipment shall not be considered downtime provided that automatic failover occurs as specified and, in the opinion of Engineer, the failure was not caused by deficiency in design or installation. In the event of repeated failure of any hardware component or software module, the acceptance test shall be terminated and re -started. 3-3.02.02. Completion of Test. Successful completion of the site acceptance test, including the operational demonstration, is prerequisite to Substantial Completion as specified in the Supplementary Conditions. 3-4. TRAINING. System Supplier shall conduct training courses for personnel selected by Owner. Seven categories of training, instrument, control system maintenance, operator (pre -installation), operator (post -installation), programmer (HMI software), programmer (PLC software), and supplemental shall be provided as required. Training shall be conducted by experienced instructors who are familiar with the specific system supplied. (City of Lubbock, Texas ) 13500 (Southeast Water Reclamation Plant) -21- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 3-4.01. General Training Requirements. In general, System Supplier's standard training courses may be used to meet the training objectives specified. Where standard courses do not meet these objectives, additional coursework shall be developed. Clock hour requirements for each level of training are listed on the data sheet. A "clock hour" is defined as one hour of instruction or supervised training exercise. Minimum requirements listed for each training category shall be as required. Training hour requirements noted in the data sheet are the number of hours of training to be provided for each student. Additional training time shall be provided if considered necessary to meet the training objectives. 3-4.01.01. Training Costs. All costs associated with the training program; excluding travel, lodging, and per diem expenses for Owner's and Engineer's personnel to attend off -site training programs; shall be the responsibility of System Supplier and shall be included in the contract price. 3-4.01.02. Lessons. Training lesson plans and other information for the second stage submittal as defined herein shall be submitted at least 30 days prior to the start of training. 3-4.01.03. Video Taping. Not used. 3-4.02. Instrument Training. Not used. 3-4.03. Control System Maintenance Training. Not used. 3-4.04. Operator Training. Owner's personnel will utilize the system for day-to- day monitoring and/or control of the facilities. The training program shall provide operators with sufficient knowledge to move from screen to screen within the system, understand the contents of group and detailed point displays, react to and acknowledge alarms, adjust control setpoints and alarm limits, configure and print shift reports, print preconfigured reports on demand, control equipment connected to the system, and react to and resolve minor system errors. 3-4.04.01. Classes. Operator training may include both pre -installation and post - installation sessions as required. 3-4.04.01.01. Pre -installation Session. Not used. . 3-4.04.01.02. Post -installation Session. The post -installation training shall include three separate, but identical, sessions for three shifts of personnel and shall be conducted at Owner's facilities. Each class shall consist of the number of hours as required of instruction using the same lesson plan as the pre -installation training. The post -installation sessions may have to be conducted outside normal working hours to accommodate the working schedule of Owner's personnel. The post - (City of Lubbock, Texas ) 13500 (Southeast Water Reclamation Plant) -22-_- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) i installation training sessions shall be conducted for the number of Owner's operating personnel as required. 3-4.04.02. Content of Classes. Each session shall cover at least the following topics. a. Power -up, "bootstrapping", and shutdown of all hardware devices. b. Logging on and off the system and the use of passwords. c. Access and interpretation of standard displays and diagnostics. d. Use and care of operator workstations, servers, video displays, printers, and other control room hardware, including replenishment of supplies and replacement of ribbons and ink cartridges. e. Moving from screen to screen within the graphic display environment. f. Interpretation of preconfigured group and detailed point or database displays. g. Response to and acknowledgment of alarms. h. Adjustment of control set points and alarm limits. i. Configuration and printing of shift and other reports by schedule or on demand. j. Control of field equipment and devices connected to the system. k. Manual entries to database points. I. Generation of current (real-time) and historical custom and predefined reports and trend displays. m. Appropriate responses to software and hardware errors. n. Enabling and disabling individual inputs and outputs. The operator -training program shall be developed for personnel with no prior computer experience. 3-4.05. Programmer Training (HMI Software). Not used. 3-4.06. Programmer Training (PLC Software). Not used. 3-4.07. Supplemental Training. Not used. End of Section (City of Lubbock, Texas ) 13500 (Southeast Water Reclamation Plant) -23- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 13531 REMOTE TERMINAL UNITS Data Sheet Para- Description Data Units graph General (PR 1-1 thru 1-5) RTU designations. RTU-1A 1-2.01 General Equipment Requirements E Yes required. C No 1-5 Spare parts. Number of spare 1 No. processor modules of each type used in the RTUs. 1-5 Number of spare power supply 1 No. modules of each type used in the RTUs. 1-5 Number of spare 1/0 cards of each 1 No. type used in the RTUs. 1-5 Number of spare communications 1 No. modules used in the RTUs. Service Conditions Location. fr Air conditioned room f Non air conditioned room r Outdoors Outdoor location ambient 0-90 OF temperature range. Required environmental controls. i Sun shades r Air conditioned enclosures rv-1 Heated enclosure Products (PR 2-1) Initial, spare, and future memory (RAM). -1.05 Manufacturer. (•" Allen-Bradley GE-Fanuc (- Modicon r Siemens 1✓ Other Or equal Without exception r�hen "Other" is selected, indicate Control MicroSystems alternative. (City of Lubbock, Texas ) 13531 (Southeast Water Reclamation Plant) -1- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) f -1.04 Expandability %200 -1.06 Signal power supplies required for: rv- Digital output Digital input W Analog input ry Analog output i Other When "Other" is selected, indicate alternative. Separate fused power supplyE�,,, Yes required for digital inputs. C No ry 24 Vdc r 120 Vac -1.08 RTU arrangement. As indicated on block diagram 1-2 As summarized Large RTU Processor (PR 2-2) Large industrial rack mounted type C Yes ith rack mounted 1/0. E; No EPROM memory required. E Yes No Input/Output Hardware High speed pulse accumulator Yes input. No Platinum RTD analog input. [; Yes C No Binary -Coded -Decimal (BCD) E; Yes humbwheel input. C No Discrete Input (DI) Modules. W 100 - 130 wits ac 20 - 28 wits do With isolation - 100-130 wits ac i With isolation - 20-28 wits ac Discrete Output (DO) Modules. F 1 amp at 100 - 130 wits ac 1 amp at 20 - 28 wits do Isolated modules - 100-130 wits ac 1 Isolated modules - 20-28 volts do iv` Relay modules relays. (When needed [• Yes r external interface) No lterposing r On all VO circuits I— As shown on 1/0 lists I✓ Discrete outputs only (City of Lubbock, Texas ) 13531 (Southeast Water Reclamation Plant) -2- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Analog Inputs (AI) Modules. (✓ 4-20mA r With isolation r With (1/1) signal isolators r Other When "Other" is selected, indicate alternative. Analog Output (AO) Modules Yes required. C No -3 Mini RTU Processor Mini RTU type with rack mounted [; Yes 1/0. ��, No 1/0 hardware contained entirely in Yes RTU enclosure. No Type of 1/0 hardware. Removable Non -removable Discrete Input (DI) Modules. r 100-130 volts ac r 20-28 volts do r With isolation Discrete Output (DO) Modules." 1 amp at 100-130 volts ac r 1 amp at 20-28 wits do r Isolated modules r Relay modules Analog Inputs (AI) Modules. IF 4-20mA r With (1/1) signal isolators r Other When "Other" is selected, indicate alternative. Analog Output (AO) Modules. (`" 4-20mA r Other When "Other" is selected, indicate alternative. Communications (PR 2-4) Communications modules required ry Local input/output hardware or: r✓ Remote input/output hardware Other PLCs jJ Host computers Communications media. % Cable MODBUS i Data highway 1V Fiber optics Cr Radio (City of Lubbock, Texas ) 13531 (Southeast Water Reclamation Plant) -3- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Number of addressable nodes 30 minimum 256 required for network. [•; Other When "Other" is selected, indicate 256 alternative. RTU to RTU Communication Yes hardware. [; No RTU to Remote Communication Yes hardware. No RTU to Host Communications Yes hardware. No Communication media. PLC comm. network C Remote 1/0 network [�•.,, Both Data Highway Plus cabling. C Yes No Modbus cabling. Yes ["r No Metallic LAN cabling. E; Yes No Type of metallic LAN cabling. C Coaxial [; STP Fiber Optic cable. [; Yes [* No Fiber Optic Comm hardware. C Yes No Radio Comm hardware. C Yes No Programming Hardware and Software (PR 2-5 & 2-6) Notebook computer required. Yes [• No Copies of RTU programming r OWNER copy licenses required including ENGINEER copy documentation and manuals. r Other �When "Other" is selected, indicate [alternative. (City of Lubbock, Texas ) 13531 (Southeast Water Reclamation Plant) -4- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Software standard. [; Manufacturers standard Third party C RS Logix Concept Other VVhen "Other" is selected, indicate SCADAPACK IEC-1131 alternative. Languages. (r Relay ladder logic r Function block r Sequential function chart r Structured text ry State logic r IEC-1131 RTU emulation testing required. C Yes - No Enclosures (PR 2-7) RTU housed in. iry Shop -assembled r`' Existing Field Services (PR 3-1) Refer to specification section Section 13500 indicated. Fiber Optic Cable testing required. [ Yes [ No (City of Lubbock, Texas ) (Southeast Water Reclamation Plant ) (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 13531 -5- Section 13530 REMOTE TERMINAL UNITS Ignaffimmaglorgiq 1-1. SCOPE. This section covers remote terminal units (RTUs) as designated and as required, including associated input/output hardware to control process equipment and serve as the interface to field devices. 1-1.01. Terminology. When the phrase "as required" is stated in this section it shall mean "as required in the attached Data Sheet". 1-1.02. Control System. Section 13500 shall apply to all equipment furnished under this section. Additional RTU software requirements are indicated in Section 13550. 1-2. GENERAL. Equipment furnished and installed under this section shall be fabricated, assembled, erected, and placed in proper operating condition in full conformity with the drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer, unless exceptions are noted by ENGINEER. 1-2.01. General Equipment Requirements. The General Equipment Requirements section shall apply to all equipment provided under this section. 1-2.02. Drawings. Supplementing this section, the drawings indicate the number and sizes of RTUs, locations of RTUs, and provide diagrams and schematics regarding connection and interaction with other equipment. All hardware, including power supplies, special cables, and other appurtenant equipment, shall be provided to meet the functional requirements described herein and indicated on the drawings. 1-2.03. 1/0 List. An input/output (1/0) field device signal listing is included as an appendix attached to this section. 1-3. SUBMITTALS. Submittals shall be as required in Section 13500. 1-4. DELIVERY STORAGE AND SHIPPING. Delivery, storage and shipping shall be as required in Section 13500. 1-5. SPARE PARTS. Spare processor modules, spare power supply modules, spare-1/0 cards, and spare communications modules shall be supplied in the numbers as required by data sheet. Additional spare parts shall be provided as required. (City of Lubbock, Texas ) 13531 (Southeast Water Reclamation Plant) -6- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) PART 2 - PRODUCTS 2-1. GENERAL. All equipment furnished under this section shall be expressly selected by SYSTEM SUPPLIER for its superior quality for the intended purpose and shall comply with the following requirements. 2-1.01. Interchangeability. All programmable logic controller systems shall be products of the same manufacturer and of the same series or product line. Processors, local and remote input/output hardware, communications modules, and specialty modules such as coprocessors and ASCII modules shall be interchangeable among all 1/0 panels and systems. RTU modules and hardware by other manufacturers will be acceptable only if the RTU manufacturer does not offer suitable modules and hardware for the same functions. 2-1.02. Initial, Spare, and Future Memory (RAM). SYSTEM SUPPLIER shall provide adequate memory for the amount of 1/0, control algorithms, and communications in the initial system. Each programmable logic controller shall include provisions for future expansion _ and shall have 100 percent spare memory capacity and 100 percent spare data capacity installed. The spare memory capacity shall be documented by submitting to ENGINEER, during factory testing, a statement indicating the amounts of memory of all types being utilized and the total amount available in each system. The statement shall include an estimate of the total program and -- data memory necessary, including spare memory, based on the 1/0 hardware for the system, and previous programming experience. 2-1.03. Spare 1/0. Each RTU input/output enclosure shall be provided with spare 1/0 as indicated on the 1/0 schedules. At least 30 % of the spare 1/0 shall be wired, and interfaced properly to the terminal strip. In addition, each RTU input/output enclosure shall be capable of accommodating 25 percent of additional input/output capacity of each type as originally assembled, without the need for additional expansion racks, communication adapters, cables, or RTU power supplies. 2-1.04. Expandability. Each RTU processor and associated 1/0 shall have a future expandability of at least 50 percent of the provided system or as required, whichever is greater. 2-1.05. Acceptable Manufacturers. The RTUs shall be Control Microsystems SCADAPack32 , SCADAPack, or Engineer approved equal as required. - , 2-1.06. Signal Power Supplies. A regulated do power supply for analog output and for analog input loops shall be provided for each 1/0 rack as required. Power supplies shall be suitable for an input voltage variation of t10 percent, and the ._ supply output shall be fused or protected against short-circuiting. Output voltage regulation shall be as required by the instrumentation equipment supplied under another section. (City of Lubbock, Texas ) 13531 (Southeast Water Reclamation Plant) -7- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) The loop power supply shall be separate from the power supply circuit for the processor and racks. 2-1.07. Appurtenances. The RTU processor and I/O hardware shall be provided as complete systems, as shown on the block diagram drawings. The RTUs shall include all necessary hardware and software for a complete working system. All special rack or panel mounted power supplies, special interconnecting and programming cables, special grounding hardware, or isolation devices shall be furnished as required for proper operation of the equipment. Signal converters, signal boosters, amplifiers, special power supplies, special cable, special grounding, intrinsically safe relays and current repeaters, surge suppression devices, and isolation devices shall be furnished and installed as required for proper operation of the equipment. 2-1.08. RTU Arrangement. The RTUs shall be distributed and arranged as indicated on the block diagram. 2-2. LARGE RTU PROCESSOR. The programmable logic controller processor shall be an industrial -type rack -mounted unit that utilizes battery -backed CMOS type or nonvolatile type memory. Battery backed memory shall include integral batteries with sufficient capacity for at least 6 months' memory retention without power to the processing unit. Standby and shelf life of the batteries shall be at least 5 years. Memory storage capacity of these units shall be 384,000 words at minimum. The system shall include an Erasable Programmable Read Only Memory (EPROM) card for storage of the user program. The processor shall automatically download the user program from the EPROM upon startup after a power loss. The EPROM shall be programmable by the RTU or RTU software, without the use of external PROM programmable equipment. 2-2.01. General: The SCADA controller shall be intelligent, modular unit, capable of both data acquisition and local data processing. It shall monitor and control local equipment in a stand alone mode as well as being an intelligent node in a distributed system. It shall be based on multiprocessor architecture, in which a co -processor is used for handling on -board input/output channels. To facilitate initial installation, maintenance and future expansion, all external input/output modules shall connect to the basic controller using a high speed internal bus. The SCADA controller shall be configured and programmed with standard programming languages such as Relay Ladder Logic (RLL) and/or C/C++ , or programmed in IEC 6-1131-3 open programming standard. Programs shall be - developed and downloaded either directly to the controller using a standard RS- 232 interface cable, or remotely through the communication network media such as phone lines, dedicated lines, or wireless radios. (City of Lubbock, Texas ) 13531 (Southeast Water Reclamation Plant) -8--- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) The controller must be supplied with the number and type of input/output modules and communication ports as indicated elsewhere in the specifications. Future expansion may be made by simply plugging in additional input/output modules to the 1/0 bus. 2-2.02. SCADA controller hardware specifications: The controller shall include the following: 2-2.02.01 Central Processing Unit (CPU): A. The central processing unit shall be high speed (minimum 120 MHz), 32 bit RISC microprocessor with 32 internal and external bus. The design should incorporate a separate co -processor for controlling input/output channels. B. The CPU shall be equipped with at least 8 MB SDRAM for application programs, 4 MB FLASH Memory for firmware and application programs, and 1 MB CMOS RAM for storing system parameters and configuration. C. The CPU shall include a real time clock/calendar, accurate to within one minute per month, with lithium battery backup. The battery will maintain the memory and clock/calendar for two years of power off time. D. Diagnostic LEDs shall be included for the following: a. Power supply. b. Program Run/Stop. c. Communication parameters such as transmit, receive, clear to send, request to send, and carrier detect. d. CPU Status. e. Forcing. E. To minimize power consumption, all LEDs controlled by the CPU must be disabled to reduce power consumption. A push button switch on the CPU module shall allow the LEDs to turn on when field service is being performed. F. The controller shall include a built-in power supply allowing AC and DC input. The power supply must be capable of providing 24 VDC output to power field transmitters. 2-2.02.02 Mixed process input/output: A. The controller shall include the following: ■ 36 digital inputs. ■ 10 mechanical relays digital outputs. ■ 12 isolated analog inputs. ■ 10 analog outputs. (City of Lubbock, Texas ) 13531 (Southeast Water Reclamation Plant) -9- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) B. Digital inputs must be available for 12/24 Vrms/DC, 115 Vrms or 220 Vrms input ranges and shall tolerate 150% over -voltage. C. Digital outputs will be configurable as follows: ■ Form C individually isolated. ■ Form A individually isolated. ■ Form A with common ground for each group of four. ■ 220 Vrms/240 Vdc maximum operating voltage. ■ 1000 Vrms contact isolation. D. An isolated open -collector status output for fault annunciation shall be included in addition to the outputs described above. E. Analog inputs shall be 0-5 V or 0-20mA, 12 bit resolution, ± 0.2% accuracy over the operating temperature range, ± 0.1 % accuracy at 77 OF (25 °C) with 150OW transient suppresser on each input. Inputs shall be single ended and isolated from logic circuitry. F. The controller shall include one internal temperature measurement channel, readable in C or F to indicate the operating temperature, for remote monitoring via the communication network, or use within the application software. G. The controller shall include one RAM battery voltage measurement channel which can be monitored remotely via the communication network. H. Analog outputs will support 12 bit resolution, 0-20mA or 4-20mA software selectable, +/- 0.2% accuracy over the operating temperature range, ± 0.05% accuracy at 770 F (25 °C) with 60OW transient suppresser on each output. I. The controller 1/0 shall be controlled by high performance co -processor. J. The state of digital and/or analog output shall be configurable to hold last output value or go to off condition when the application program is stopped. K. Terminal blocks shall be removable and can accommodate solid or standard wires from 22 to 12 AWG. This allows module replacement without disturbing the field wring. t_ L. The controller must be capable of supporting the following input/output points in total: ■ 276 digital inputs ■ 268 digital outputs ■ 136 analog inputs ■ 64 analog outputs ■ 67 pulse counters (City of Lubbock, Texas ) 13531 (Southeast Water Reclamation Plant) -10- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) r t 2-2.02.03 Communication: A. The RTU shall possess a minimum of three built-in communication ports with the following characteristics: ■ One Ethernet port 10BaseT ■ Three RS-232, software controlled with full DCE/DTE operation to 38400 baud. ■ One RS-232, software controlled with full DCE/DTE operation to 115,200 baud. B. The RTU shall support asynchronous operating mode, half and full duplex transmission. 2-2.02.04. Mechanical Design: A. The controller shall be DIN rail mounted with screw clamp for vibration resistance. Front access to all controls, indicators, lithium battery, communication ports and power supply shall be provided. Communication ports shall be standard RJ-45 RS-232 to allow easy access using standard cables. No proprietary communication cables shall be allowed. B. All boards shall be coated with conformal coating, for protection against humidity and corrosion. In order to minimize the cabinet size, the controller shall have a maximum footprint area of 51.2 square inches (333.3 cm2). C. Where sockets are used, they must be machined type and be gold plated. Bifurcated or leaf contacts are not allowed. D. All system components must be constructed of corrosion resistant zinc plated steel with removable metal covers. 2-2.02.05. Environment: The controller shall operate over an ambient temperature range of -40OF to 158°F (-40°C to 70°C) with a relative humidity 5% to 95%, non -condensing. The RTU shall operate from 16 Vrms, 50/60Hz or 12-24 VDC. 115/240 Vrms operation shall be provided through the use of an optional transformer. 2-2.02.06. Certifications and Standards: A. All inputs and outputs (except the serial communication ports) must survive ANSI/IEEE C37.90 surge withstand capability (SWC) tests without damage. (City of Lubbock, Texas ) 13531 (Southeast Water Reclamation Plant) -11- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) B. The controller must be certified for electrical safety by UL as conforming to UL 508 or CSA as conforming to CSA C22.2/142. C. The controller shall meet or exceed the following standards: Surge withstand capability: ANSI/IEEE C37.90 RF emission compatibility: FCC part 15, Subpart J, Class A Electrical safety classification: UL 508/CSA C22.2/142 2-2.03. Communication Protocol: 2-2.03.01 The RTU shall support an industry standard protocol, such as Modbus, with the following minimum features: ■ Allows up to 255 stations in one system. ■ Ability to transfer complete programs and data over the communication network. ■ Support high data security techniques such as Cyclic Redundancy Check CRC16. Proprietary protocols will not be allowed. 2.2.03.02 The controller shall be able to receive information from other sites and retransmit the message to another site, using the same communication port. 2-2.03.03. The controller shall allow flexible communication algorithms on all communication ports. Any of the ports can act as Master, Slave or Store -and Forward at any time during the execution of the application program. 2-2.03.04. The RTU shall be able to function as an interconnection point between different communication systems such as radio, leased lines, and radios with different frequencies. 2-2.03.05. The RTU shall be able to send broadcasting messages to a number of locations. 2-2.03.06. The RTU shall be able to perform report -by -exception (event driven communications) under the control of the application program. 2-2.03.07. The RTU shall be capable of supporting other protocols, such as Allen-Bradley DF1 and DNP 3.0 on any of the RS-232 communication ports. 2-2.03.08. The RTU shall support programming of custom protocols for data interchange on any of the communication ports. (City of Lubbock, Texas ) 13531 (Southeast Water Reclamation Plant) -12- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) i 2-2.03.09. Each communication port shall be configurable with a unique station number when used with the standard protocol. 2-2.03.10. Any port running the standard communications protocol shall allow for programming via local or remote communications. 2-2.04. Operating System: The software shall be based on a multi -tasking executive system optimized for real-time environment. 2-2.05. Programming Software: 2-2.05.01 The programming software shall allow downloading of Relay Ladder Logic and/or C/C++ programs from within one package. The software shall allow the user to develop and download the application and system configuration over the communication network via radios, leased and dial -up lines. 2-2.05.02 The RTU shall allow Ladder and C/C++ applications to run concurrently. Any failure in the Ladder application shall not affect other applications running under C/C++. 2-2.05.03 The Relay Ladder Logic shall include the following functions: ■ PID feedback control. ■ Data logging function with time & date. ■ Modem dialing and control. ■ Timers, counters, mathematical functions, memory functions. ■ Standard Ladder Logic functions such as coils and contacts. ■ Boolean logic functions. ■ Bit transfer functions. ■ Block transfer functions. ■ Scaling function. ■ Totaling function. ■ Flow function. 2-2.05.04. On-line monitoring of Relay Ladder Logic power flow shall be included to facilitate start-up and debugging of programs. 2-2.05.05. Relay Ladder Logic program shall be up to 12K words in size, with no fixed limit on the number of networks. 2-2.05.06. The programming software shall support on-line monitoring and forcing of any register in the protocol database when utilizing the built-in protocol. Forcing shall write a value to the register and prevent modification of the register content by the communication protocol or the application software. A global command to remove all forcing must be included. (City of Lubbock, Texas ) 13531 (Southeast Water Reclamation Plant) -13- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 2-2.05.07. In addition to forcing, the software shall be capable of writing a value to any register in the protocol database but continue to allow the protocol or application software to modify the contents of the register. 2-2.05.08. The controller shall be capable of processing up to 32 PID loops with individual execution time bases from 0.1 to 25.5 seconds. 2-2.05.09 C/C++ tools shall support the following functions: ■ Database functions. ■ Modem dial -up functions. ■ PID functions. ■ System functions. ■ Protocol functions. 2-2.05.10. When downloading C programs, the communication message size must be configurable to a minimum of 26 bytes and a maximum of 256 bytes. 2-2.05.11 The software communication settings must allow configurable number of retries in addition to message time-out of up to 99 seconds. 2-2.05.12. The unit must also support IEC 61131-3 programming languages using a separate programming tools. 2-2.06. Warranty: The manufacturer shall warrant the hardware specified above against all defects in material and workmanship for a period of three years. 2-2.07. Diagnostics. The processor shall utilize self -monitoring diagnostic techniques and shall contain easily visible LED diagnostic indicators for "run" and "halt" conditions as well as memory and input/output error conditions. Diagnostic codes shall also be available through the programming device to facilitate troubleshooting. 2-2.08. Programming Port. The processor shall include a programming port that is available for programming and monitoring on-line after the system is fully functional, and after all communications, human machine interface (HMI), and network connections have been made. Removal or disruption of network communications, remote 1/0 communications, and HMIs to allow for on-line programming and monitoring will not be acceptable. A key switch shall be provided on the processor for selection of the operating mode and as a security measure. (City of Lubbock, Texas ) 13531 ' (Southeast Water Reclamation Plant) -14 (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) r i i_ 2-2.09. Communications. The processor shall be programmed to operate autonomously, regardless of communications status with other units. Each programmable controller shall be furnished complete with communication modules for local and remote input/output hardware communications, communications with other programmable controllers, and communication with host computers as shown on the block diagram. 2-2.10. Environment. The processor shall be suitable for operation in the environments specified in another section. 2-2.11. Programming. The processor shall be programmable using the IEC 1131 international programming standards and ladder logic programming. IEC 1131 programming shall include the following: Functional Block Diagram Sequential Function Chart. Instruction List. Structured Text. Ladder Diagram. Ladder logic programming shall include a minimum of the following capabilities: Contacts, coils, branching. Data comparisons. On -delay and off -delay timers. Counters with comparators. Floating point Math and Logical instructions. PID loop control. Jumps and Subroutine functions. -- Master control relay. Transitional or one-shot outputs. ._ Standard and user -defined data tables for discrete and analog value storage. Remote 1/0 capability. Fault -mode subroutine. 2-2.12. Programming Capabilities. The processor shall include the following capabilities for programming, debugging of programs, and troubleshooting. Off-line programming. On-line programming. (City of Lubbock, Texas ) 13531 _ (Southeast Water Reclamation Plant) -15- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) On-line status of coils and registers. Input/output forcing. 2-2.13. Hardware Configuration. Processors shall be configured for standard rack mounting. Each programmable logic controller processor shall include integral communications ports for the programming device, remote input/output, HMI device, or remote communications interfaces as required. 2-2.14. Input/Output Hardware. Input/output hardware shall be arranged as indicated on the drawings. Programmable logic controller systems shall support the following types of input/output modules. 120 volt ac discrete input and output. 4-20 mA do analog input and output. 24 volt do discrete input and output. High speed pulse accumulator input. All digital input/output hardware shall include isolation against surges of at least 1500 volts. All output hardware connected to inductive loads shall be supplied with surge suppression devices as required and recommended by the RTU manufacturer to prevent damage to output hardware. Combination input/output modules will be acceptable if they meet the following requirements. 2-2.14.01. Wiring Terminals. All input/output modules shall utilize easily removable plug-in or hinged field wiring terminals to allow removal of modules without disconnecting individual wires. 2-2.14.02. 1/0 Circuit Power Supply. Outputs for motor driven equipment will typically be powered from the driven equipment. Discrete outputs for miscellaneous equipment shall be powered either from the controlled equipment or the RTU enclosure as indicated on the drawings or as coordinated with the controlled equipment supplier. Outputs that control process equipment specified under other sections or provided under other contracts shall be fully isolated or shall operate either interposing relays or relay -type discrete output modules in the RTU cabinet. 2-2.14.03. Discrete Input Modules. Discrete input modules shall sense voltages between 100 and 130 volts ac or 20 and 28 volts do and shall have LED indicators for each point to display the status of the field contact. Each input module shall be suitable for being connected to a separate voltage source and return. Return voltage may be common to the entire input module. Discrete input modules shall have multiple inputs. (City of Lubbock, Texas ) 13531 (Southeast Water Reclamation Plant) -16- (influent Lift Station Rehabilitation ) (B&V PN 140092 ) 2-2.14.04. Isolated Discrete Input Modules. Not used. 2-2.14-05. Discrete Output Modules. Discrete output modules shall control voltages from 100 to 130 volts ac or 20 to 28 volts do and shall be rated at least 1 ampere. Outputs shall be individually fused and shall have LED indicators to display output status. Outputs shall withstand a surge of at least 80 amperes for one cycle and shall have an off -state leakage current not to exceed 2.0 mA. Discrete output modules shall have multiple outputs. 2-2.14.06. Isolated Discrete Output Modules. Not used. 2-2.14.07. Relay Discrete Output Modules. Discrete output modules shall have dry contact relay type outputs suitable to control voltages from 24 to 110 volts do and 24 to 230 volts ac and shall be rated at least 2 amperes. Outputs have LED indicators to display output status. Digital outputs for motor driven equipment shall be powered by the driven equipment. Outputs shall withstand a surge of at least 80 amperes for 15 milliseconds. Relay discrete output modules shall have multiple outputs. 2-2.14.08. Analog Input Modules. Analog input modules shall accept linear 4-20 mA do signals from field transmitters. Analog to digital conversion accuracy shall be at least 12-bit (0-4095 count) resolution. Analog input modules shall have multiple inputs. 2-2.14.09. Isolated Analog Input Modules. Isolated analog input modules shall accept linear 4-20 mA do signals from field transmitters. Analog to digital conversion accuracy shall be at least 12-bit (0-4095 count) resolution. Analog input modules shall have multiple inputs. Each input shall be fully isolated from the other inputs. 2-2.14.10. Analog Output Modules. Not used. 2-2.14.11. Panel Terminations. All PLC/RTU input/output signals for field connections shall be terminated through panel enclosure terminal strips. Direct connection of field wiring to the 1/0 module terminals is not acceptable. 2-2.14.12. Interposing Relays. Interposing relays shall be incorporated on all 1/0 circuits as shown on the RTU input/output listing, or as required by the application to isolate foreign power sources, and where the continuous output rating of the RTU relay discrete, or output module is not sufficient to power the connected device or equipment. Interposing relays shall be provided for any discrete output module output signal that leaves the RTU enclosure. Interposing relays shall be mounted in the RTU enclosure containing the output module that activates the relays. 2-3. MINI RTU PROCESSOR. Not used. (City of Lubbock, Texas ) 13531 (Southeast Water Reclamation Plant) -17- (Influent Lift Station Rehabilitation ) _ (B&V PN 140092 ) 2-4. COMMUNICATIONS. Each programmable controller system shall be furnished complete with communication hardware modules for local input/output hardware, remote input/output hardware, other programmable controllers, or for host computers as required. Communication hardware shall be compatible with the cable, data highway, .fiber optic, or radio communication media as required. 2-4.01. Addressability. Each programmable logic controller shall be individually addressable so that only the selected controller responds when queried. At least 30, or a larger number as required, distinct network addresses shall be available. Designation of a controller's network address may be either a software or hardware function. 2-4.02. Communications Hardware. SYSTEM SUPPLIER shall provide all necessary communications hardware. Hardware shall be included for, but not be limited to, remote 1/0, data highway, host computer, fiber optics, Ethernet and radio. 2-4.02.01. PLC/RTU to PLC/RTU Communications Hardware. Each RTU shall communicate to other RTUs over a data highway communications network. SYSTEM SUPPLIER shall include all rack mounted, enclosure mounted, or desktop mounted communications modules required for a complete working system. 2-4.02.02. RTU to Remote Communications Hardware. The master RTU shall communicate with the remote RTU rack over a remote 1/0 communications network. SYSTEM SUPPLIER shall include all rack mounted, enclosure mounted, or desktop mounted communications modules required for a complete working system. 2-4.02.03. RTU to Host Communications Hardware. Each RTU shall communicate to the host computer over a data highway communications network. SYSTEM SUPPLIER shall include all rack mounted, enclosure mounted, or desktop mounted communications modules required for a complete working system. The computer system hardware is covered in another section. 2-4.03. Communications Media. SYSTEM SUPPLIER shall provide all necessary cabling for the RTU communications network and RTU remote 1/0 communications network. Communications cables shall meet the requirements of the manufacturers of the RTUs and communications modules. 2-4.03.01. Cable. SYSTEM SUPPLIER shall provide all necessary cabling for the RTU system. Communications cables shall meet the requirements of the manufacturers of the RTUs and communications modules. (City of Lubbock, Texas ) 13531 (Southeast Water Reclamation Plant) -18- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 2-4.03.01.01. Data Highway Plus Cabling. Not used. 2-4.03.01.02. Modbus Cabling. Cable shall be suitable for installation in conduit. Cable furnished shall meet the requirements of the RTU manufacturer. Cable shall meet the following requirements. 24 AWG, tinned copper, Polyethylene insulation Overall aluminum/polyester shield 24 AWG stranded tinned copper drain wire Overall tinned copper braid shield PVC jacket 2-4.03.01.03. Metallic LAN Cable. Not used. 2-4.03.01.04. Fiber Optic Cable. Not used. 2-4.03.02. Fiber Optic Communications Hardware. Not used. 2-4.03.03. Cellular Radio Communications Hardware. Not used. 2-5. PROGRAMMING DEVICE HARDWARE. Not used. 2-5.01. Special Devices. SYSTEM SUPPLIER shall provide two sets of any special devices (such as null modems, adapter cards, interface converters, etc.) required to establish an operational programming line between the programmable logic controllers and programming device. 2-5.01.01. RS-232 to RS-422/485 Converters. DIN rail mountable RS-232 to RS-422/485 converters shall be provided to convert unbalanced, full or half duplex RS-232 signals to optically isolated, balanced, full or half -duplex RS- 422/485. The port connector for the RS-422/485 cable shall be a DB-9 connector or terminal block and the port connector for the RS-232 cable shall be a DB-9 or a DB-25 connector, as required by the end device. RS-422 port connectors shall be 2-wire. RS-485 shall be 2-wire or 4-wire, compatible with the end devices provided. The converter shall be powered from 120 volts ac, or shall be provided with a plug-in transformer to provide the required voltage to the device. Converters shall be as manufactured by B&B Electronics Mfg. without exception to match Owner's existing equipment. 2-6. PROGRAMMING SOFTWARE. SYSTEM SUPPLIER shall furnish 2 full licensed copies of RTU programming software as required. The software shall be suitable for running on the programming device specified elsewhere. A full (City of Lubbock, Texas ) 13531 (Southeast Water Reclamation Plant) -19- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) legal set of programming software documentation shall accompany each copy of the software. Each copy of the programming software shall include all necessary device drivers and add -on software packages. 2-6.01. Standard Product. The programming software shall be personal computer based and a standard product of the RTU manufacturer, or at SYSTEM SUPPLIER'S option and with OWNER'S approval, field -proven third -party software that is functionally equivalent to the RTU manufacturer's software may be provided. The software shall be Control Microsystems SCADAPack IEC 61131-3 software, and SCADA Log software, and SCADA Server OPC Software, or Engineer approved equal, 2-6.02. PLC/RTU Emulation. Not used. 2-6.03. Programming Software Features. The programming software shall allow off-line development of all PLC/RTU-related programming, including user annotation of the program, and creation and printing of application programs and 1/0 cross-reference lists. Special programming tasks originally provided by SYSTEM SUPPLIER shall also be included. On-line features shall include IEC-1311 standards program modification, ladder - logic modification, program language modification, monitoring of real-time ladder - logic execution, monitoring of program execution, monitoring and manipulation of timer and counter preset and present values, monitoring and forcing of physical 1/0, and monitoring and manipulation of analog (register) and bit (binary) data table values. PLC/RTU and 1/0 hardware diagnostic and status information shall be accessible using the software in on-line mode. 2-7. SYSTEM ENCLOSURES. Programmable logic controllers and input/output hardware shall be housed in shop -assembled panels as indicated on the drawings and as described in Section 13570. 2-8. SYSTEM ENCLOSURES. Not used. PART 3 - EXECUTION 3-1. INSTALLATION REQUIREMENTS. PLC/RTUs installation requirements are specified in Section 13500 except as described herein. Field check, testing, and training shall be as specified in Section 13500. I 3-2. CONFIGURATION. 3-2.01. PLC/RTU Programming and Configuration. Configuration services are specified in Section 13500. I (City of Lubbock, Texas ) 13531 (Southeast Water Reclamation Plant) -20- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 3-2.02. Communications Configuration. The communications shall be fully configured and installed by SYSTEM SUPPLIER, and shall be operational before application software configuration by others. Communications shall be configured as shown on the block diagram drawing. 3-3. FIBER OPTIC CABLE INSTALLATION AND TESTING. The fiber optic cable shall be installed, terminated, and tested by an experienced fiber optic network installer. Each fiber of each fiber optic cable shall be tested after installation. For each fiber with a length of more than 100 ft, an end -to -end power attenuation (insertion loss) test shall be performed. The attenuation test shall utilize a stabilized optical source and an optical power meter calibrated to the appropriate wavelength (850 or 1300 nm). For each installed fiber the power attenuation shall not exceed the values recommended by the fiber optic transceiver manufacturer. Any fiber optic cables containing one or more fibers not meeting this performance will not be accepted by OWNER. Cable shall be repaired or replaced. All necessary hardware, test equipment, cables and test meters, required for the testing shall be provided. The results of the fiber optic cable testing shall be documented and submitted to OWNER. End of Section (City of Lubbock, Texas ) 13531 (Southeast Water Reclamation Plant) -21- a__, (Influent Lift Station Rehabilitation ) i'.., (B&V PN 140092 ) c 422° 222,2°22 38a 5 lV N N la`1 f�V � N lV N � tV �! iiI ¢ 3 C - K a - - l i I m m m K � d ag -- - - - g- - - 3�S888 1:1d4gd44dgqddggQdpdQdgdd§&ddgdgdgdgd E E� d E EE� ar 6� aaaa E E E E� E 3a gQ§ 6� �aaa MINM € €_ aaazazzzaaggggggggassssssaasas C (V N al, a1 IMMMIMIMMM Maaal. o Zg$g�= O gZ0 Z0 g�gg 0ZZ 00Z 0 0ZZ> Dui W W » wT al'am-. soIM,M,]rc0: 0000000 d: h lV tV N N N lV � N a a rc z a I M a aaadadaadaaadaa�aaadddaaa I? RRayg1711aI??La, �aI?alm A ci N a a assssaassaaaaaasggggg88 TIT Section 13550 SOFTWARE CONTROL BLOCK DESCRIPTIONS Data Sheet Para- graph Description Data Units RTU Programming Functional Requirements hese descriptions are applicable to the software specified in these sections. r— Section 13520 17 Section 13531 r Other When "Other" is selected, indicate other sections. 3-1.02 Flow Value Totalization in RTUs Yes No 3-1.11 Maintained/Momentary outputs required �� Yes � No 3-2.01 Database provided by Owner [; Yes No 3-2.02 Number of real time trend displays required N/A 3-2.02 Number of historical trend displays required N/A 3-2.04 Number of historical facility reports required N/A (City of Lubbock, Texas ) 13550 (Southeast Water Reclamation Plant) -1- (influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 13550 SOFTWARE CONTROL BLOCK DESCRIPTIONS PART 1 - GENERAL 1-1. SCOPE. This section provides functional descriptions of the RTU and computer software requirements for the Instrumentation and Control System as indicated on the drawings and as required. These descriptions are intended to provide an overview of the operating concept of the plant process equipment rather than describing in detail every operating feature or interlock. 1-1.01. Control System. Section 13500 shall apply to all systems described in this section. 1-1.02. Terminology. When the phrase "as required" is stated in this section it shall mean "as required in the attached Data Sheet". _ PART 2 - PRODUCTS 2-1. GENERAL. Operator interface software products are specified in sections 13500 and 13520. RTU programming software is specified in Section 13531. PART 3 - EXECUTION 3-1. RTU PROGRAMMING FUNCTIONAL REQUIREMENTS. The following paragraphs describe general configuration tasks that are required for the system RTU(s). These tasks shall be programmed in any applicable RTU. Each RTU may have multiple instances of each of these tasks, or may have no instances of some or all of these tasks. The input/output lists (located in these documents as required in Section 13500) and detailed equipment control descriptions (included herein) should be referenced to determine the requirements for each RTU. The following paragraphs cover functional requirements of the software, which are r generic and may or may not be related to any specific control loop. 3-1.01. Available Process Values. All RTU-generated process alarm, equipment r status, and process variable values shall be available at any operator workstation. 3-1.02. Flow Values. Not used. (City of Lubbock, Texas ) 13550 i (Southeast Water Reclamation Plant } -2- i (Influent Lift Station Rehabilitation ) �- (B&V PN 140092 ) 1 3-1.03. System Failure. Failure of a RTU shall result in safe shutdown of associated process equipment. Interposing relays shall be provided where required to assure that equipment will revert to its fail-safe condition. Failure of any RTU or its communication shall be alarmed on the HMI computer. 3-1.04. HMI Computers. The HMI computers shall function as a monitoring system, not as a controller, for the process equipment. The computer shall download set points and other information to the RTUs, and the RTUs shall perform all control algorithms, so a temporary failure of the any HMI computer will not disrupt plant control. 3-1.05. Rack/Module Configuration. The rack and module definitions for each RTU, as well as the RTU communications configuration shall be completely configured to allow proper addressing of all field connected 1/0 points. This shall include configuration of any remote input/output (RIO) racks. 3-1.06. RTU Database Definition. The RTU database will include both field 1/0 points and internally generated points required for programming. All field 1/0 points and internal programming points shall be fully defined according to database naming conventions approved by Owner. As a minimum, each database point shall be provided with a tag name, engineering unit, alarm parameters, and description. 3-1.07. Analog Scaling. Each analog input and output will be appropriately scaled for use in internal RTU programming, monitoring by the HMI computers, or transmission to other RTUs. Requirements for raw count values shall be coordinated with the operator interface software to ensure compatibility. 3-1.08. Equipment Runtimes. For each equipment item whose "run" status is monitored by a RTU, an internal equipment runtime shall be accumulated by the respective RTU. The runtime procedure will monitor the status of the equipment "run" contact and, when the equipment is running, increment a software timer that maintains equipment runtime to within a one -minute resolution. The timer shall stop incrementing, but not reset, when the "run" contact indicates that the equipment is not running. The timer value shall increment an hour counter that maintains an integer value representing the equipment run time in hours. The counter value shall be available for display on the HMI computer. A manual reset of the runtime value shall be available at the HMI computers for personnel at the supervisor level and above. 3-1.09. Change -of -State Alarms. While equipment is controllable from the RTU ("in remote"), discrete output commands shall be compared to their respective _ process feedback status signal (where available) to verify proper execution. If the feedback status does not match the most recent output command (after an adjustable 2 to 300 second time delay), an alarm message shall be displayed on _.j the HMI computer and the condition shall be logged as an alarm, requiring (City of Lubbock, Texas ) 13550 (Southeast Water Reclamation Plant) -3- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) operator acknowledgment. The alarm shall remain energized until the proper discrete condition is sensed or until the operator resets the alarm through the HMI computer. 3-1.10. Equipment Availability. In general, equipment with RTU control has been provided with a local selector switch that transfers control to the RTU. The RTU shall monitor the position of this switch to determine if the equipment is available for RTU control. If the equipment is not available, the RTU program shall not attempt to implement remote manual or automatic status changes for the equipment. The RTU program may, however, need to implement special routines if equipment unavailability affects a sequence (as described in the detailed equipment descriptions). 3-1.11. Maintained/Momentary Outputs. Not used. 3-1.12. Equipment Mode Changes. Unless otherwise indicated in the equipment control descriptions, equipment in automatic mode shall be transitioned to manual mode (and stopped) if the equipment fails or becomes unavailable or if the RTU processor resets. 3-1.13. Manual/Auto Bumpless Transfer. Unless otherwise indicated in the equipment control descriptions, equipment changes from automatic to manual control shall be bumpless. Equipment running or stopped in automatic mode shall remain running or stopped when manual mode is selected. 3-2. HMI FUNCTIONAL REQUIREMENTS. The following paragraphs describe general configuration tasks that are required for the HMI and related software. 3-2.01. Database. The system database, including field 1/0 and internal points shall be established according to the database point naming conventions approved by Owner. Database generation for field 1/0 shall include all required coordination with RTU level addresses. If no Owner database point naming conventions are available, the database names shall utilize an ISA or ISA-like tag name. 3-2.02. Trend Displays. Trend displays shall be developed to present real-time and historical process data in an X-Y graph format. Real-time trends shall utilize current process values to generate temporary graphs that do not retain data values. Historical trends shall utilize historically collected data and shall access the data files directly for use in the trend display. Historical trends shall allow paging forward and back to the limits of the collected data. The trending package shall be configured to automatically retrieve historical data from the proper data file to accommodate the paging functions. Content of the trends will be determined after meeting with Owner. The quantity of real-time trend displays and historical trend displays shall be as required. (City of Lubbock, Texas ) 13550 (Southeast Water Reclamation Plant ) -4- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 3-2.03. Alarms. Complete system alarming shall be configured. This shall include configuration of graphical alarm displays, and configuration of audible alarms through the HMI speakers. All process or system alarms shall appear on an alarm summary screen and the alarm banner of each process graphic. Alarms and events shall be color coded on the alarm summary screen, with initial colors based on Owner conventions or the default colors associated with the graphics package. The colors may be adjusted after meeting with Owner. Alarm prioritizing and area assignments (if any) shall be coordinated with Owner at the first configuration meeting. For LOW or LOW -LOW analog or discrete alarms which do not apply if associated equipment is not operating, provisions shall be made to prevent generation of the alarm unless the associated equipment is operating. This shall include alarms such as low amperage alarms for pumps that are not running. This may also include low flows or pressures when associated pumps are not operating (this will only apply if periodic operation of the equipment is considered normal). All alarms/events shall be time stamped when displayed or printed. Unacknowledged alarms shall not automatically clear from the alarm summary if they return to normal before being acknowledged. 3-2.04. Reporting. System reporting shall be accomplished using the standard operator interface software -reporting package. All necessary report development, including macro development in spreadsheets, shall be supplied to access real- time and historical data for reporting. The quantity of historical, monthly facility reports shall be as required. 3-2.05. Historical Data Collection. System data shall be collected for historical archiving and for use in trending and reporting functions. Requirements for data collection shall be as needed to support the trends and reports developed. 3-2.06. Manual Entry of Data. The human machine interface (HMI) computers shall allow manual entry of laboratory data and other variables, which shall then be available for display and use in reports. Operator entered commands from any of the HMI computers shall be logged at all HMI computers. - 3-3. EQUIPMENT CONTROL AND CONTROL MODE OVERVIEW. The following paragraphs explain the general format and control modes that are used in the detailed equipment descriptions. These paragraphs apply to the attached, -- project specific, equipment control descriptions included herein. 3-3.01. General. Appended to this section are the equipment control _ programming requirements, with requirements for both RTU programming and the minimum operator interface functions. The HMI requirements represent the anticipated display generation requirements and shall be adjusted if the RTU __. programming warrants adjustment. (City of Lubbock, Texas ) 13550 (Southeast Water Reclamation Plant) -5- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 3-3.02. Control Modes. There are two general control modes available for the process equipment: 1) remote manual, and 2) remote auto. Remote manual control provides a means for operators to adjust equipment status or setpoint, through the HMI, using manually initiated commands. Remote automatic control provides a means for automatically changing equipment status or setpoint based on measured process parameters, calculated values, or operator setpoints. Some equipment may have more than one remote auto mode. Descriptions for local control are included in the detailed equipment control descriptions. They are provided primarily for documentation purposes and for information. These controls are hardwired and require no programming effort. 3-4. DETAILED EQUIPMENT CONTROL DESCRIPTIONS. The following paragraphs describe specific function requirements for various software control blocks in the control system. These descriptions are intended to provide an overview of the operational concept for the facilities, rather than describing in detail every operating feature or interlock. 3-4.07. General Loop Descriptions: Loop Description Title Influent Pump Station Wetwell Level Control Associated Equipment P-1110, P-1120, P-1130, P-1140, P-1150, P-1160, P-1170, P-1180 Associated RTU RTU-1A Associated P&ID(s) PI-3A, PI-313 Local Manual Mode Local Manual control of the influent pumps shall be provided at the driven equipment through an ON -OFF -REMOTE (O-O-R) selector switch via a control station located within visual inspection distance of the pump. When the selector switch is be placed in ON the selected pump shall run at the speed setpoint set at the AFD. Local Manual control of the pump via the AFD shall be provided at the AFD LCD control screen when the local control station switch is in REMOTE and the AFD LCD LOCAL- REMOTE (L- R) switch is in LOCAL. When the LCD control point ON is selected, the pump shall run and the speed adjusted through inputs entered at the AFD LCD controls. (City of Lubbock, Texas ) 13550 (Southeast Water Reclamation Plant) -6- (influent Lift Station Rehabilitation ) (B&V PN 140092 ) Local Auto Mode None Remote Manual Mode Remote manual control shall be provided through the RTU. When is REMOTE selected at the AFD LOCAL --REMOTE (L- R) switch the operator shall select MANUAL at the HMI and the pump shall be controlled from the HMI using operator manual commands. The pump shall start/stop and the pump speed shall be adjusted based on the input entered at the HMI. --, Remote Auto Mode Remote auto mode shall be provided through the RTU. When REMOTE selected at the AFD LOCAL- REMOTE (L- R) switch the operator shall select AUTO at the HMI and the pump shall be controlled as described in the pump station wetwell level control system. All the AFDs shall be in REMOTE before auto sequencing shall perform. Alarms The PLC shall receive a pump a fail signal from the pump AFD. The fail signal shall include high bearing temperature, moisture detection, and AFD fail. Status Indications The HMI shall indicate the following pump status: Pump Running, Pump in Local/Remote, Pump in Manual/Auto, Pump in Lead/Lag/Standby, Pump in lag-1, lag-2, lag-3, lag-4, lag-5, lag-6, Pump Speed, Elapsed Run Time, AFD Fault. PLC Powerup On PLC powerup, control of the pump shall be set to remote manual mode. Power Failure Control of the pumps shall resume with the control mode established prior to the power failure. Pumps shall start in 1 minute intervals to avoid all pumps starting at once. HMI Requirements The pump symbol shall be a selectable target which retrieves the respective control overlay display. The overlay display shall contain control targets which allow selection of pump control modes (auto/man), manual pump control (start/stop and speed adjustment), pump Lead/Lag or sequence number, and shall duplicate status indication as shown on the main display. The overlay display shall be accessible to the supervisor's security level. Calculations None Loop Description Title Influent Pump Station Wetwell Level Control (City of Lubbock, Texas ) 13550 (Southeast Water Reclamation Plant) -7- (Influent Lift Station Rehabilitation } (B&V PN 140092 ) Associated Equipment P-1110, P-1120, P-1130, P-1140, P-1150, P-1160, P-1170, P-1180, LIT-1100 Associated PLC RTU-1 A Associated P&ID(s) PI-3A, PI-313 Local Manual Mode None Local Auto Mode None Remote Manual Mode None Remote Auto Mode The pump station wetwell level control system shall stage pumps to control the level in the wetwell as follows: 1. The lead (operator selectable) variable speed pump shall start as level in the wetwell rises to an adjustable level for one pump operation (operator selectable on the HMI from EL XX to EL XX, initially set at EL XX). The pump speed shall be controlled by a Proportional Integral (PI) level controller to maintain the one pump operation level. If wetwell level drops an adjustable amount (operator selectable at the HMI, initially set at 1 foot) below the setpoint level for one pump operation, the lead variable speed pump shall run at its minimum speed setpoint and the condition alarmed at the operator workstation. 2. If the wetwell level rises an adjustable amount (operator selectable at the HMI, i initially set at 6 inches) above the setpoint level for one pump operation, and the AFD pump speed is maintained at 100%, an adjustable timer with an initial setting of 60 seconds shall start. If the timer times out and the level still has not decreased to the one pump operation level then the 1 st lag variable speed pump shall be started. Both pumps shall be controlled by the level controller to operate at the same speed and maintain the level in the wetwell at an adjustable level for two pump operation (operator selectable on the HMI from EL XX to EL XX, initially set at EL XX). If wetwell level drops below the setpoint level for two pump operation by the amount established in step 1, the lag variable speed pump shall shut down. 3. If the wetwell level rises an adjustable amount (operator selectable at the HMI, initially set at 6 inches) above the setpoint level for two pump operation, and the AFD pump speed is maintained at 100%, an adjustable timer with an initial setting of 60 seconds shall start. If the timer times out and the level still has not (City of Lubbock, Texas ) 13550 [ (Southeast Water Reclamation Plant) -8- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) L decreased to the two pump operation level then the 2"d lag variable speed pump shall be started. All pumps shall be controlled by the level controller to operate at the same speed and maintain the level in the wetwell at an adjustable level for three pump operation (operator selectable on the HMI from EL XX to EL XX, initially set at EL XX). If wetwell level drops below the setpoint level for three pump operation by the amount established in step 2, the 2"d lag variable speed pump shall shut down. 4. If the wetwell level rises an adjustable amount (operator selectable at the HMI, initially set at 6 inches) above the setpoint level for three pump operation, and the AFD pump speed is maintained at 100%, an adjustable timer with an initial setting of 60 seconds shall start. If the timer times out and the level still has not decreased to the three pump operation level then the 3rd lag variable speed pump shall be started. All pumps shall be controlled by the level controller to operate at the same speed and maintain the level in the wetwell at an adjustable level for four pump operation (operator selectable on the HMI from EL XX to EL XX, initially set at EL XX). If wetwell level drops below the setpoint level for four pump operation by the amount established in step 3, the 3`d lag variable speed pump shall shut down. 5. If the wetwell level rises an adjustable amount (operator selectable at the HMI, initially set at 6 inches) above the setpoint level for four pump operation, and the AFD pump speed is maintained at 100%, an adjustable timer with an initial setting of 60 seconds shall start. If the timer times out and the level still has not decreased to the four pump operation level then the 4th lag variable speed pump shall be started. All pumps shall be controlled by the level controller to operate at _ the same speed and maintain the level in the wetwell at an adjustable level for five pump operation (operator selectable on the HMI from EL XX to EL XX, initially set at EL XX). If wetwell level drops below the setpoint level for five pump operation by the amount established in step 4, the 4th lag variable speed pump shall shut down. 6. If the wetwell level rises an adjustable amount (operator selectable at the HMI, initially set at 6 inches) above the setpoint level for five pump operation, and the AFD pump speed is maintained at 100%, an adjustable timer with an initial setting of 60 seconds shall start. If the timer times out and the level still has not decreased to the five pump operation level then the 5th lag variable speed pump shall be started. All pumps shall be controlled by the level controller to operate at the same speed and maintain the level in the wetwell at an adjustable level for six pump operation (operator selectable on the HMI from EL XX to EL XX, initially set at EL XX). If wetwell level drops below the setpoint level for six pump operation by the amount established in step 5, the 5th lag variable speed pump shall shut down. 7. If the wetwell level rises an adjustable amount (operator selectable at the HMI, initially set at 6 inches) above the setpoint level for six pump operation, and the AFD pump speed is maintained at 100%, an adjustable timer with an initial setting of 60 seconds shall start. If the timer times out and the level still has not (City of Lubbock, Texas ) 13550 (Southeast Water Reclamation Plant) -9- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) decreased to the six pump operation level then the 6th lag variable speed pump shall be started. All pumps shall be controlled by the level controller to operate at the same speed and maintain the level in the wetwell at an adjustable level for seven pump operation (operator selectable on the HMI from EL XX to EL XX, initially set at EL XX). If wetwell level drops below the setpoint level for seven pump operation by the amount established in step 6, the 6th lag variable speed pump shall shut down. Alarms None. Status Indications None. RTU Powerup N/A Power Failure N/A HMI Requirements The wetwell and pumping system shall be depicted on the influent pump station display. The wetwell shall be a selectable target which retrieves the control overlay display. The overlay display shall contain control targets which allow selection of the one, two, three, four, five, six and seven pump operating levels, levels above and below the operating levels at which pumps start or shut down, timer functions and PI controller tuning parameters. The starting sequence shall be selectable from the display designating the seven pump starting sequence and the backup unit. Loop Description Title Influent Wetwell Level. Associated Equipment LIT-1100, LIT-102, LSH-102 Associated RTU RTU-1A Associated P&ID(s) PI-3A, PI-313 Local Manual Mode None Local Auto Mode None Remote Manual Mode (City of Lubbock, Texas ) 13550 (Southeast Water Reclamation Plant) -10- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) i None Remote Auto Mode None Alarms Alarm setpoints shall be adjustable from the HMI and shall initially be set at Elevation 3129 feet for the low alarm setpoint and 3134 feet for the high alarm setpoint. LSH-102 shall be used to alarm high high level. Status Indications The HMI shall indicate the following status: Level of the wetwell in feet as measured by LIT-1100. NOTE: LIT-1100 shall be designated the primary level unit. LIT-102 shall be used as a reference measurement. If the measurement of LIT-1100 and LIT-102 are not in agreement by an amount exceeding 5% or more, the discrepancy shall be alarmed at the HMI. RTU Powerup N/A Power Failure N/A HMI Requirements The level shall be depicted on the same display as the wetwell. The wetwell level will be monitored by the LE/LIT-1100 with LIT-102 used as a reference. The existing ultrasonic unit (LIT-102) will be used as a backup. The new level instrument will be used for pump control. If the reading from the level instrument, LIT-1100, is determined to be out of an acceptable range (error differential of greater than 5% difference to the reading from level sensor LIT-102 then the PCS shall alarm the condition and request that the operator select which element to use for RTU control. A level sensor selector switch shall be accessible at the HMI to allow personnel to switch primary sensing level control element between LIT-1100 and LIT-102 for maintenance purposes. Calculations None Data Mapping None End of Section (City of Lubbock, Texas ) 13550 (Southeast Water Reclamation Plant) -11- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 13560 INSTRUMENTATION GENERAL REQUIREMENTS Data Sheet Para- Description Data Units graph General Instruments and devices are I✓ P&ID drawings indicated on I- Instrument Device Schedule drawings r- 13560 - Appendix A In this Section and Individual 117 Device Specifications 13561 through 13565 General Equipment Requirements [,,: Yes C No Ran a of elevation for project ft mbient temperature range for OF indoor instrumentation Ambient temperature range for OF outdoor instrumentation Spare Parts Duplicate full set of lamps for r annunicators Duplicate full set of lamps for indicating lights One year's supply of spare charts and ink for each recorder Other When "Other" is selected, indicate arts. Individual Device Specifications PR 2-1 See Section 13561 for Panel Yes Mounted Instruments. [!; No Quantity of Programming Devices required for Panel Mounted Instruments (City of Lubbock, Texas ) 13560 (Southeast Water Reclamation Plant) -1- (influent Lift Station Rehabilitation ) (B&V PN 140092 ) Copies of Diagnostic/Interface Software required for Panel Mounted Instruments See Section 13562 for Flow Yes Instruments. No Quantity of Programming Devices required for Flow Instruments Copies of Diagnostic/Interface Software required for Flow Instruments See Section 13563 for Pressure Yes and Level Instruments. [; No Quantity of Programming Devices required for Pressure and Level Instruments Copies of Diagnostictinterface 1 Software required for Pressure and Level Instruments See Section 13564 for Analytical Yes Instruments. [•; No Quantity of Programming Devices required for Analytical Instruments Copies of Diagnostic/interface Software required for Analytical Instruments See Section 13565 for Yes Miscellaneous Instruments. No Quantity of Programming Devices required for Miscellaneous Instruments Copies of Diagnostic/Interface Software required for Miscellaneous Instruments (City of Lubbock, Texas ) 13560 (Southeast Water Reclamation Plant) -2- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 13560 INSTRUMENTATION GENERAL REQUIREMENTS PART 1 - GENERAL 1-1. SCOPE. This section covers the furnishing of all instrumentation equipment - required for the Instrumentation and Control System as indicated on the drawings and as required. Principal components of the instrumentation systems shall be as indicated on the P&ID drawings; as indicated on the instrument device schedule drawings; as indicated on the instrument device schedules attached to this Section 13560, or to Sections 13561 through 13565, as required. 1-1.01. Control System. Section 13500 shall apply to all systems described in this section. All applicable requirements defined in Section 13500 shall apply to equipment and services provided under Section 13560. 1-1.02. Terminology. When the phrase "as required" is stated in this section it shall mean "as required in the attached Data Sheet'. 1-2. GENERAL. System Supplier shall select the equipment furnished under this section for its superior quality and the intended performance. The System Supplier shall install all equipment in accordance with the manufacturer's instructions. Equipment and materials used shall be subject to review and shall comply with the following requirements. 1-2.01. General Equipment Requirements. As required, the General Equipment - Y Requirements section shall apply to all equipment provided under this section. 1-2.02. Drawings. Supplementing this section, the drawings indicate locations and arrangement of instruments and enclosures, provide mounting details, and may show device schedules and other information regarding the connection and interaction with other equipment. 1-2.03. Governinq Standards. Governing Standards for instruments shall be as indicated in Section 13500. 1-2.04. Corrosive Fluids. All parts, which are exposed to corrosive conditions, shall be made from corrosion resistant materials. System Supplier shall submit certification that the instrument manufacturer approves the selection of materials of primary elements that are in contact with the specified process fluid to be inert to the effects of the process fluid. (City of Lubbock, Texas ) 13560 (Southeast Water Reclamation Plant) -3- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 1-2.05. Elevation and Temperature. All instruments shall be designed to operate within a range of elevation and temperature as required. 1-2.06. Power and Instrument Signals. Unless otherwise indicated, electric power supply to the instrumentation equipment will be unregulated 120 volts ac. Unless otherwise indicated, all transmitted electronic analog instrument signals shall be 4-20 mA do and shall be linear with the measured variable. 1-2.07. Appurtenances. Signal converters, signal boosters, amplifiers, special power supplies, special cable, special grounding, and isolation devices shall be furnished as needed for proper performance of the equipment. 1-2.08. Interchangeability and Appearance. To the extent possible, instruments used for similar types of functions and services shall be of the same brand and model line. Similar components of different instruments shall be the products of the same manufacturer to facilitate maintenance and stocking of repair parts. Whenever possible, identical units shall be furnished. 1-2.09. Programming Devices. A programming or system -configuring device shall be provided for systems that contain any equipment that requires such a device for routine calibration, maintenance, and troubleshooting. The program- ming device shall be complete, newly purchased for this project, and shall be in like -new condition when turned over to Owner at completion of startup. 1-2.10. Device Tag Numbering System. All devices shall be provided with permanent identification tags. The tag numbers shall agree with System Supplier's equipment drawings and shall be as close as practical to the tag numbers used on the project drawings and device schedules. All field -mounted transmitters and devices shall have stamped stainless steel identification tags. Panel, subpanel, and rack -mounted devices shall have laminated phenolic identification tags securely fastened to the device. Hand -lettered or tape labels will not be acceptable. 1-3. SUBMITTALS. Submittals shall be as required in Section 13500. 1-4. DELIVERY STORAGE AND SHIPPING. Delivery, storage and shipping shall be as required in Section 13500. 1-5. SPARE PARTS. Spare parts shall be provided as required. (City of Lubbock, Texas ) 13560 (Southeast Water Reclamation Plant) -4- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) PART 2 - PRODUCTS 2-1. INDIVIDUAL DEVICE SPECIFICATIONS. Individual instruments and related devices shall be provided as specified in one or more of the following sections, as required: 13563 Pressure and Level Instruments 2-2. Limit Switches (ZSO-1101, -1102- 1103, -1104,-1105). Limit switches shall meet the requirements listed in specification section 15180 (Valve and Gate Actuators). PART 3 - EXECUTION 3-1. INSTRUMENTATION INSTALLATION REQUIREMENTS. Additional instrumentation installation requirements are specified in Section 13500. Instruments shall be installed and calibrated in accordance with the following requirements. 3-1.01. Field Calibration. After each instrument has been installed, a technical representative of System Supplier shall calibrate each instrument and shall provide a written calibration report for each instrument, indicating the results and final settings. The adjustments of calibrated instruments shall be sealed or marked, insofar as possible, to discourage tampering. Instrument calibration shall be done before checkout of the system operation. A typical instrument calibration report is attached to the end of each section. 3-1.02. Systems Check. A technical representative of System Supplier shall participate in the checkout of instrumentation systems. Systems check requirements shall be as specified in Section 13500. 3-1.03. Installation Test Equipment. Unless specified otherwise, all test equipment for the calibration and checking of system components shall be provided by System Supplier for the duration of the testing work and this test equipment will remain the property of System Supplier. 3-1.04. Mounting of Field Instruments. Instruments shall be mounted so that they can be easily read and serviced and so that all appurtenant devices can be easily operated. Installation details for some instruments are indicated on the drawings. 3-2. CUSTOMER TRAINING. Instrumentation training is covered in Section 13500. End of Section (City of Lubbock, Texas ) 13560 (Southeast Water Reclamation Plant) -5- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) INSTRUMENT NAME & SERVICE: BRAND & MODEL NO.: TAG OR LOOP NO.: INPUT/OUTPUT RANGE: INPUT ACTUAL OUTPUT DESIRED OUTPUT PROPORTIONAL BAND: RESET: POSITION OF SWITCHES, JUMPERS, ETC. COMMENTS: DATE OF CALIBRATION: CALIBRATED BY: Black & Veatch INSTRUMENT CALIBRATION REPORT Figure 1-13560 Section 13563 PRESSURE AND LEVEL INSTRUMENTS Data Sheet Para- Description Data Unit raph Pressure and Pressure Sensing Level Transmitters -2.01 Pressure and Pressure Sensing; Yes Level Transmitters required No If "Yes" is selected, indicate type. Smart type Other When "Other" is selected, indicate alternative. Differential Pressure Transmitters -2.02 Differential Pressure Transmitters C Yes equired C- No If "Yes" checked above, indicate Smart type pe. Other en "Other" is selected, indicate Iternative. Flange -Mounted Pressure ensing Level Transmitters -2.03 Flange -Mounted Pressure Sensing Level Transmitters required C Yes � No If "Yes" checked above indicate Smart type ype. Other Alhen "Other" is selected, indicate alternative. Flushing port required. Yes No Multiple instrurnents Ultrasonic Level Transmitters -2.04 Ultrasonic Level Transmitters required Yes � No (City of Lubbock, Texas ) 13563 (Southeast Water Reclamation Plant) -1- (influent Lift Station Rehabilitation ) (B&V PN 140092 ) Special type of sensor housing W Yes required for hazardous area. r No r Multiple instruments Installation requirements are Yes indicated on the drawings. No Output characterized for. iv— Level ( Volume Dual unit for differential sensing r Multiple instruments Four alarm contacts required. W Yes r No i Multiple instruments Indoor signal converter housings; Yes required. [; No Outdoor signal converter housings Yes required. [ No Admittance Probe Level Transmitters -2.05 Admittance Probe Level Yes Transmitter required No Probe type. Flexible vveighted probe r Rigid coated probe 11-,Iultiple instruments Probe mounting detail indicated one',,, Yes rawings. No Transmitter powered by. DC oar tiro -wire signal line. 120Vac Multiple instruments Indicator required on signal r Yes onverter. ivc3 l Multiple instruments Bubbler System -2.06 Bubbler System required Yes No Fixed -Mount Float Type Level witches (City of Lubbock, Texas ) 13563 (Southeast Water Reclamation Plant) -2- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) -2.07 Fixed -Mount Float Type Level Yes witches required No eighted Float Type Level witches -2.08 Weighted Float Type Level Yes Switches required [; No Adjustable Deadband Float Type Level Switch -2.09 Adjustable Deadband Float Type C Yes Level Switches required E No Electrode/Conductance Relay Level Switches -2.10 Electrode/Conductance Relay Yes Level Switch required E No Electrode type. C Flexible weighted probe [:Rigid coated probe Multiple instruments Electrode holder type. 4 inch flange Wall bracket C Multiple instruments Relay housing. � Instrument .panel r NEMA Type 4 enclosure r Explosionproof enclosure C Multiple instruments Flange -Mounted Displacement Float Type Level Switches -2.11 Flange -Mounted Displacement Float Type Level Switches Yes No equired. Switch housing. C Weatheiproof E",,, Expiosionp€oof C Multiple Inst.rume•nts Pressure Switches -2.12 Pressure Switches required C Yes E No Snubbers required Yes No Diaphragm Seals required Yes rr.. t (City of Lubbock, Texas ) 13563 (Southeast Water Reclamation Plant) -3- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Flood Level Switches -2.13 Flood Level Switches required Yes E No Type of mounting. `mail bracket Sump tOultiple Instruments Submersible Pressure Sensing Level Transmitters -2.14 Submersible Pressure Sensing Yes Level Transmitters required No Ultrasonic Level Switches -2.15 Ultrasonic Level Switches required Yes E No Pressure Gauges -2.16 Pressure Gauges required Yes No Snubbers required Yes E No Diaphragm Seals required Yes C No Other Pressure or Flow C Yes Instruments E No When "Yes" is selected, indicate ther pressure or flow instruments (City of Lubbock, Texas ) 13563 (Southeast Water Reclamation Plant) -4- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 13563 PRESSURE AND LEVEL INSTRUMENTS PART 1 - GENERAL 1-1. SCOPE. This section covers the furnishing of all pressure and level instruments and accessories required for the Instrumentation and Control System as indicated on the drawings and as required. Equipment and services provided under this section shall be subject to the General Instrumentation Requirements specified in Section 13500 and Section 13560. This section shall be used and referenced only in conjunction with Section 13560. Supplementing Section 13560, instrument data, special requirements, and options are indicated on the drawings or the Instrument Device Schedule, as required. When multiple pressure and level instruments of a particular type are indicated on the Data Sheet, and each requires different selectable features, the required features are described on the drawings or in the Instrument Device Schedule. 1-1.01. Terminology. When the phrase "as required" is stated in this section it shall mean "as required in the Data Sheet". 1-2. DESIGN CRITERIA. Each device shall be a pre -assembled, packaged unit. Upon delivery to the work site, each device or system shall be ready for installation with only minor piping and electrical connections required by Contractor. Primary elements shall derive any required power from the transmitter, unless otherwise indicated. The instruments shall be installed to measure, monitor, or display the specified -.-- process at the ranges and service conditions indicated on the drawings or as indicated in the Instrument Device Schedule. The instruments shall be installed at the locations indicated on the drawings or in the Instrument Device Schedule. Where possible, each instrument shall be factory calibrated to the calibration ranges indicated in the drawings or in the Instrument Device Schedule. Transmitters or similar measurement instruments shall be calibrated using National Institute of Standards and Technology (NIST) approved bench calibration procedures, when such procedures exist for the instrument type. For "smart" devices, calibration data shall be stored digitally in each device, including the instrument tag designation indicated on the drawings and/or Instrument Device Schedule. (City of Lubbock, Texas ) 13563 (Southeast Water Reclamation Plant) -5- - (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 1-3. SUBMITTALS. Submittals shall be made in accordance with the requirements of Section 13500. 1-4. SHIPMENT PROTECTION AND STORAGE. Equipment provided under this section shall be shipped, protected, and stored in accordance with the requirements of Section 13560. Identification of packaging shall be as described in Section 13560. 1-4.01. Cleaning. Instruments indicated to be utilized in oxygen, ozone, or similar service shall be cleaned for oxygen service, labeled appropriately, and bagged or packaged as necessary to ensure the instrument will remain suitable for insertion in the process during installation. Any special mounting or installation requirements associated with such instruments shall be detailed on tags attached to the instrument. PART 2 - PRODUCTS 2-1. GENERAL. The following paragraphs provide minimum device requirements. The drawings or Instrument Device Schedule shall be used to determine any additional instrument options, requirements, or service conditions. 2-1.01. Interconnecting Cable. For systems where the primary element and transmitter are physically separated, interconnecting cable from the element to the transmitter shall be provided. The cable shall be the type approved by the instrument manufacturer for the intended purpose of interfacing the element to the transmitter. Length of cable shall be a minimum of three meters or as indicated in the drawings or Instrument Device Schedule. 2-1.02. Programming Device. For systems that require a dedicated programming device for calibration, maintenance, or troubleshooting, one such programming device shall be provided for each Owner facility (quantity required shall be as indicated in the Section 13560 general data sheet). The programming device shall include appropriate operation manuals and shall be included in the training requirements. For systems that allow the programming device functions to be implemented in software, running on a laptop computer, the software shall be provided instead of the programming device. 2-1.03. Configuration Software/Serial Interface. Devices indicated as requiring a serial interface shall be provided with all accessories required to properly communicate over the serial link. As a minimum, an appropriate cable shall be provided to allow the transmitter serial interface to be connected to a personal computer. One licensed copy of the diagnostic/interface software shall be provided for each Owner facility (quantity required shall be as indicated in the Section 13560 general data sheet). Software shall be capable of running under Microsoft's Windows 2000, Windows 98/Me, Windows NT 4.0, and Windows XP operating system. If the software furnished performs the same functions as the programming device, specified elsewhere, then the programming device shall not I be furnished. - (City of Lubbock, Texas ) 13563 (Southeast Water Reclamation Plant) -6- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 2-2. PRESSURE AND LEVEL INSTRUMENTATION. 2-2.01. "Smart" Pressure and Pressure Sensing Level Transmitters. Not Used. 2-2.02. "Smart' Differential Pressure Transmitters. Not Used. 2-2.03. Flanqe-Mounted "Smart' Pressure Sensing Level Transmitters. Not Used. 2-2.04. Ultrasonic Level Transmitters. Each ultrasonic level transmitter shall be a microprocessor -based electronic unit consisting of a sensor assembly, a signal converter/transmitter, and an interconnecting cable. The sensor shall be encapsulated in a chemical and corrosion -resistant material such as kynar or CPVC, and shall be suitable for operation over a temperature range of -200 to +150°F and a relative humidity of 10 to 100 percent. The sensor shall be compatible with the process media being measured. As required, the sensor shall be an explosion -proof or intrinsically safe design suitable for use in all hazardous areas. Sensors mounted in areas subject to freezing shall be provided with special transducers or protected against icing by heaters. Sensors mounted in direct sunlight shall be provided with sunshades. The supplier shall coordinate the sensor mounting requirements and furnish drawings complete with dimensions and elevations. As required, general installation requirements are indicated on the drawings. The ultrasonic level transmitter shall have automatic compensation for changes in air temperature at the sensor location. If separate temperature sensing probes are provided, they shall be mounted with or adjacent to the ultrasonic sensor, as recommended by the manufacturer. The transmitter shall have a four -digit LCD display scaled to read in engineering units. Digit height shall be approximately 1/2 inch. The transmitter shall be designed to ignore momentary level spikes, false targets, or momentary loss -of -echo. A loss -of -echo condition shall be indicated on the transmitter unit and shall be available as an alarm contact output. The transmitter output shall be an isolated 4-20 mA do signal linearly proportional to the measured level range. As required, the output shall be characterized to be proportional to the tank volume instead of to the tank level. Calibration parameters shall be entered through a keypad on the unit and shall be stored in nonvolatile EEPROM memory. Accuracy of the transmitted signal shall be t0.5 percent of the level range. As required, the transmitter shall be a differential level -sensing unit that accepts inputs from two ultrasonic level sensors. The transmitter output shall be proportional to the difference in level. The differential value shall be displayed on the unit. An adjustable alarm contact, actuated by differential level, shall be provided. (City of Lubbock, Texas ) 13563 (Southeast Water Reclamation Plant) -7- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) As required, and where indicated on the drawings or in the schedules, the transmitter shall contain four independently adjustable level alarm contact outputs. Contacts shall be single -pole, double -throw rated not less than 5 amperes at 120 volts ac. A sufficient length of sensor -to -transmitter signal cable shall be furnished with the instrument to locate the sensor 25 to 200 feet from the signal converter. When indoor installation is required, the signal converter electronics shall be housed in a NEMA Type 12 enclosure suitable for wall or pipestand mounting and for operating temperatures of +300 to +120°F. The signal converter shall be of the ac-powered type. The ultrasonic level transmitter shall be Milltronics HydroRanger Plus, Endress & Hauser Prosonic, or STI/Magnetrol "Echotel 344." 2-2.05. Admittance Probe Level Transmitters. Not Used. 2-2.06. Bubbler System Components. Not Used. 2-2.07. Fixed -Mount Float Type Level Switches. Not Used. 2-2.08. Weighted Float Type Level Switches. Not Used. 2-2.09. Adiustable Deadband Float Type Level Switch. Not Used. 2-2.10. Electrode/Conductance Relay Level Switch. Not Used. 2-2.11. Flange -Mounted Displacement Float Type Level Switches. Not Used. 2-2.12. Pressure Switches. Not Used. 2-2.13. Flood Level Switches. Not Used. 2-2.14. Submersible Pressure Sensing Level Transmitters. Not Used. 2-2.15. Ultrasonic Level Switches. Not Used. 2-2.16. Pressure Gauges. Not Used. (City of Lubbock, Texas ) 13563 (Southeast Water Reclamation Plant) -8- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) i t__ PART 3 - EXECUTION 3-1. FIELD SERVICES. Manufacturer's field services shall be provided for installation, field calibration, startup, and training as specified in Section 13560. Instruments shall not be shipped to the Work Site until two weeks prior to the scheduled installation. System Supplier shall be responsible for coordinating the installation schedule with the Installation Contractor. Each shipment shall contain a listing of protective measures required to maintain sensor operation, including a listing of any common construction or cleaning chemicals that may affect instrument operation. End of Section (City of Lubbock, Texas ) 13563 (Southeast Water Reclamation Plant) -9- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 13570 PANELS, CONSOLES, AND APPURTENANCES Data Sheet Para- Description Data Units graph General Drawing Numbers PI-04 1-2.01 General Equipments Requirements Yes (PR 1-2) No Spare parts (PR 1-5) Freestanding Vertical Panels (PR 2-2) Freestanding Vertical Panels; Yes required [; No Panel Front Door required C Yes C No Mounted Instruments required C Yes C No Instrument Arrangement Detailed C Yes C No Open bottom for conduit entrance. Cyes C No Top removable access plate(s)E",,, Yes required. C No Panel Arrangement Shown on C Yes Drawings C No Filter Consoles (PR 2-3) 2-3 Filter Consoles required C Yes No Construction [ Steel Fiberglass Mounting Floor Raised curb Height 54 inches1.33 mi Caner When "Other" is selected, indicate (City of Lubbock, Texas ) 13570 (Southeast Water Reclamation Plant) -1- (Influent Lift Station Rehabilitation ) (B&V PN 140092 } alternative console height Wall Mounted Cabinets (PR 2-4) 2-4 Wall Mounted Cabinets required. Yes No Wall Mounted Instrument Subpanels (PR 2-6) 2-5 Wall Mounted Instrument Yes Subpanels required No Control System Consoles and Enclosures (PR 2-6) 2-6 Control System Console(s) Yes required. [!; No 2-6.09 Printer enclosures E: Yes No Number of printer enclosures No. required 2-6.10 Printer stands Yes No Number of printer stands required No. Provide additional wiring and CC IV receptacles for: ('" Security system Intercom Radio Provide mounting kits for: CCTV Security system Intercom r Radio CPU shelves Fixed Slideout Exterior panels ; Oak veneer Plastic Laminate Metal Work surface nosing Solid oak Soft urethane Console front Oak ,eneer Plastic laminate Metal Task lighting Continuous Retractable Control System (City of Lubbock, Texas ) 13570 (Southeast Water Reclamation Plant j -2- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Furniture (PR 2-7) 2-7 Control system furniture required Yes No 2-7.05 Task lighting required Yes No 2-7.06 CPU mounting required; Yes No 2-7.09 Printer stand required C Yes r No 2-7.10 Cabinet required Yes No (City of Lubbock, Texas ) 13570 (Southeast Water Reclamation Plant) -3- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 13570 PANELS, CONSOLES, AND APPURTENANCES PART 1 - GENERAL 1-1. SCOPE. This section covers furnishing free standing vertical panels for instruments and controls and for PI -Cs, wall mounted cabinets, control system consoles, printer stands, and other appurtenant items. The items furnished shall include, but not be limited to, the following principal items: One Remote Terminal Unit (RTU-1A) Enclosure See attached Schedules 1357013-S01 for construction, dimensions, and environmental ratings of the panels provided under this section. 1-1.01. Control System. Section 13500 shall apply to all equipment furnished under this section. 1-1.02. Terminology. When the phrase "as required" is stated in this section it shall mean "as required in the attached Data Sheet". 1-2. GENERAL. Equipment furnished and installed under this section shall be fabricated and assembled in full conformity with the drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer, unless exceptions are noted by ENGINEER. 1-2.01. General Equipment Requirements. As required, the General Equipment Requirements section shall apply to all equipment provided under this section. 1-2.02. Drawings. General dimensions and arrangements are indicated on the drawings. SYSTEM SUPPLIER shall be responsible for coordinating the console and enclosure sizes and arrangements to accommodate the equipment provided. 1-3. SUBMITTALS. Submittals shall be as required in Section 13500. 1-4. DELIVERY STORAGE AND SHIPPING. Delivery, storage and shipping shall be as required in Sections 01600 and 13500. 1-5. SPARE PARTS. Spare parts shall be provided as required. (City of Lubbock, Texas ) 13570 (Southeast Water Reclamation Plant) -4- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) PART 2 - PRODUCTS. 2-1. PANEL DESIGN AND FABRICATION FEATURES. All panels furnished shall conform to the requirements of NEMA ICS-6-1993. Unless indicated otherwise on the drawings, the following paragraphs describe general fabrication requirements for the PLC cabinets, instrument panels, consoles, enclosures, and subpanels. 2-1.01. Piping. Pneumatic tubing shall be 1/4 inch [6 mm] OD, soft annealed copper with compression fittings. Tubing and fittings shall be as specified in the miscellaneous piping section. 2-1.01.01. Fittings. Compression type bulkhead fittings shall be provided near the bottom or the top of the panel for all field connections. Compression nuts and sleeves shall be provided for the field connections. Indicators, recorders, controllers, and other pneumatic devices shall be provided with plugged test connections and shutoff valves for isolation. 2-1.01.02. Valves. All devices shall have separate air supply shutoff valves. Valves and compression fittings shall be as manufactured by.Nupro, Parker Hannifin, Swagelock, Tylok, or Whitey. 2-1.02. Instrument Wiring. All internal instrument and component device wiring shall be as normally furnished by the manufacturer. Annunciator and indicating light circuits shall be minimum 16 AWG. Electronic analog circuits shall be 16 AWG twisted and shielded pairs rated not less than 300 volts. Analog circuits shall be separated from ac power circuits. - 2-1.03. Power Entrance. The power entrance to each panel shall be provided with a surge protection device. Surge protectors shall be nominal 120 volts ac with a nominal clamping voltage of 200 volts. Surge protectors shall be of a nonfaulting and noninterrupting design, with a response time of not more than 5 nanoseconds. Surge protectors shall be Innovative Technology "SP-120V', Power Integrity Corporation "ZTAS", or Transtector "ACP 100 BW". 2-1.04. Power Wiring. Power distribution wiring on the line side of panel fuses shall be minimum 12 AWG. Secondary power distribution wiring and wiring for control circuits shall be minimum 14 AWG. Wiring for ac power distribution, do power distribution, and control circuits shall have different colors and shall agree with the color -coding legend on SYSTEM SUPPLIER'S panel wiring diagrams. With the exception of electronic circuits, all interconnecting wiring and wiring to terminals for external connection shall be stranded copper, insulated for not less than 600 volts, with a moisture resistant and flame retardant covering rated for not less than 90°C. (City of Lubbock, Texas ) 13570 (Southeast Water Reclamation Plant) -5- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 2-1.05. Terminal Blocks. Terminal blocks for external connections shall be suitable for 12 AWG wire and shall be rated 30 amperes at not less than 300 volts. Terminal blocks shall be fabricated complete with marking strip, covers, and pressure connectors. Terminals shall be labeled to agree with identification shown on the supplier's submittal drawings. A terminal shall be provided for each conductor of external circuits, plus one ground for each shielded cable. Not less than 8 inches of clearance shall be provided between the terminal strips and the base of vertical panels for conduit and wiring space. Not less than 25 percent spare terminals shall be provided. Each control loop or system shall be individually fused, and all fuses or circuit breakers shall be clearly labeled and located for easy maintenance. 2-1.06. Device Tag Numbering System. All devices shall be provided with permanent identification tags. The tag numbers shall agree with the Instrument Device Schedule and with the supplier's equipment drawings. All field -mounted transmitters and devices shall have stamped stainless steel identification tags. Panel, subpanel, and rack -mounted devices shall have laminated phenolic identification tags securely fastened to the device. Hand -lettered labels or tape labels will not be permitted. 2-1.07. Nameplates. Nameplates shall be provided on the face of the panel or on the individual device as required. Panel nameplates shall have approximate dimensions and legends, as indicated on the drawings, and shall be made of laminated phenolic material having engraved letters approximately 3/16 inch [5 mm] high extending through the black face into the white layer. Nameplates shall be secured firmly to the panel. Panel face nameplates do not replace the requirement for device identification tags as specified under the Device Tag Numbering System paragraph. 2-1.08. Painting. Interior and exterior surfaces of all panels shall be thoroughly cleaned and painted with rust inhibitive (universal) primer. The panel interior shall be painted white with the manufacturer's standard coating. All pits and blemishes in the exterior surface shall be filled. Exterior surfaces shall be painted with one or more finish coats of the manufacturer's standard coating. Finish coats shall have a dry film thickness of at least 4 mils [100 mm]. Color samples shall be submitted to ENGINEER for color selection. One quart [1 liter] of paint shall be furnished with the panels for future touchup painting. 2-1.09. Outdoor Equipment. Electrical equipment, instrumentation, and devices located outdoors shall be designed so that they operate properly when the ambient temperature is 1140 F. When equipment is located in a control panel or enclosure outdoors, the Supplier shall de -rate components as required so that the components will operate properly when the external ambient of the control cabinet or enclosure is 1140 F and the solar radiation is 100 watts per square foot. (City of Lubbock, Texas ) 13570 (Southeast Water Reclamation Plant) -6- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) All electrical equipment and instrumentation that is located outdoors shall be protected from the sun with sunshades fabricated and installed by the CONTRACTOR. The sunshade shall prevent the equipment from being exposed to the sun from 11:00 A.M. until 4:00 P.M., May 1 until October 31. The sunshade shall be a minimum of 3 inches from the surface of the equipment and shall not interfere with equipment access panels and doors. Sunshades shall be painted white. Additionally, if air conditioning or heating is required to keep the equipment operating within its manufacturer -supplied temperature and humidity range, then the Supplier shall design, supply, and install the appropriate climate control equipment as part of their panel or systems. 2-1.10. Factory Test. Panels shall be factory tested electrically and pneumatically by the panel fabricator before shipment. 2-2. FREESTANDING VERTICAL PANELS. Not used. 2-3. FILTER CONSOLES. Not used. 2-4. WALL -MOUNTED CABINETS. Cabinets, which contain the system components indicated on the drawings, shall be NEMA Type 12, 3R, 4, or 4X enclosures as required, suitable for wall mounting. The enclosures shall be fabricated from USS 14 gage [1.9 mm thick], or heavier, carbon steel, stainless steel, or fiberglass as required. Cabinets shall be equipped with full size gasketed doors with hinges and a chromium -plated or stainless steel three-point latch. A screened vent shall be provided in the bottom of enclosures that contain pneumatic devices. All wall -mounted cabinets shall meet the requirements of the panel fabrication paragraph of this section. Outdoor cabinets shall be provided with sunshades as indicated on the drawings and as required. 2-5. PEDESTAL MOUNTED INSTRUMENT SUBPANELS. Instrument subpanels shall be constructed from 1 /8 inch [3.2 mm] thick carbon steel or 3/8 inch fiberglass reinforced polyester and shall be reinforced and braced as required to form a rigid assembly. Panels designed for pedestal mounting shall have suitably braced kickout supports, 1 inch [25 mm] turned back edges and a minimum 2 inch [51 mm] air space between the panel and the pedestal supports. All components on pedestal mounted panels shall be mounted so as to be easily removable without requiring rear access to the subpanel. 2-6. CONTROL SYSTEM CONSOLES AND ENCLOSURES. Not used. 2-7. CONTROL SYSTEM FURNITURE. Not used (City of Lubbock, Texas ) 13570 (Southeast Water Reclamation Plant) -7- -- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 2-8. NETWORK TERMINATION ENCLOSURE (Free Standing Rack). Not used PART 3 - EXECUTION 3-1. GENERAL INSTALLATION REQUIREMENTS. Installation requirements are specified in Section 13500. In addition, equipment furnished under this section shall conform to the following manufacturing requirements. 3-1.01. Piping. All tubing shall be run in horizontal and vertical planes and shall be rigidly supported to withstand handling and shipment. Flexible polyethylene tubing shall be used to connect devices mounted on hinged doors. 3-1.02. Wiring. All wiring shall be grouped or cabled and firmly supported inside the panel. Wiring shall be bundled in groups and bound by nylon cable ties or shall be routed in Panduit or similar nonmetallic slotted ducts. Ducts shall be readily accessible within the panel with removable covers and shall have a space of at least 40 percent of the depth of the duct available for future use after installation is complete and all field wiring installed. Sufficient space shall be provided between cable groups or ducts and terminal blocks for easy installation or removal of cables. 3-1.03. More Than One Panel. Where signal or loop wiring must be routed to more than one panel or device, the required circuit routing shall be as indicated on the one -line diagrams. The panel fabricator shall provide such additional circuits as may be indicated on the electrical schematic drawings. End of Section (City of Lubbock, Texas ) 13570 (Southeast Water Reclamation Plant) -8- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Equipment Schedule 13570-S01 Wall Mounted Cabinets 1.000 General 2.000 Wall Mounted Cabinets (PR 2-4) 2.010 Tag Number/Panel ID RTU-1A 2.020 NEMA type enclosure 12 X 3R 4 4X 2.030 Materials Carbon steel X Stainless steel Fiberglass polyester r Required environmental controls Sun shade Cooling fan Air conditioned Exceptions, Clarifications, and Comments F3.000 None X 3.010 (City of Lubbock, Texas ) 13570 (Southeast Water Reclamation Plant) -9- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) THIS PAGE INTENTIONALLY LEFT BLANK (City of Lubbock, Texas ) 13570 (Southeast Water Reclamation Plant) -10- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 13580 UNINTERRUPTIBLE POWER SUPPLY Data Sheet Para- Description Data Units graph eneral ag Numbers 1-2.01. General Equipment Requirements , Yes No Spare Parts Service Conditions — Enclosure NEMA Type 1 Other NEMA Type VVhen "Other" is selected, indicate alternative. Control system loads Performance and Design Requirements (PR 2-1 thru 2-7) -1.01 Minumum capacity (kW) at unity ower factor. 2 1-3 r 5 r 7 r 10 I— Other When "Other" is selected, indicate alternative. Input 60 Hz, single-phase, ac 120 voltage at +10 to —15 percent. 240 C 120/240 Output 60 Hz, single-phase, ac E;120 voltage 9 120/240 Minimum backup time required C 10 (minutes) C 20 1E30 Other (City of Lubbock, Texas ) 13580 (Southeast Water Reclamation Plant) -1- (influent Lift Station Rehabilitation ) (B&V PN 140092 ) When "Other" is selected, indicate alternative. -2. External batteries required; Yes E No -4. Static transfer switch required Yes No -5. Maintenance bypass switch E Yes required C No Integral r- External -6. Output receptacle panel E Yes C No r Connect to distribution panel -7.02. LED indicators for bypass ready,1E Yes bypass mode and on line mode. r, No (City of Lubbock, Texas ) 13580 (Southeast Water Reclamation Plant) -2- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 13580 UNINTERRUPTIBLE POWER SUPPLY PART 1 - GENERAL 1-1. SCOPE. This section covers the furnishing of a complete on-line uninterruptible power supply (UPS) as indicated on the drawings and as required. The system shall convert incoming single phase, 60 Hz, power into do power, maintain and charge backup batteries and reconvert outgoing power into a sinusoidal single phase, 60 Hz, ac power source. The system shall consist of a rectifier, battery charger, batteries, inverter, integral static bypass switch, and _g maintenance bypass switch as required. Additional accessories and appurtenances shall be provided as specified herein and as required to provide a complete and properly operating system. 1-1.01. Control System. Section 13500 shall apply to all equipment furnished under this section. 1-1.02. Control System Loads. The UPS shall supply Control System and other loads located in or external to the control room as shown on the drawings or as listed herein. 1-1.03. Terminology. When the phrase "as required" is stated in this section it shall mean "as required in the attached Data Sheet". 1-2. GENERAL. Equipment furnished under this section shall be fabricated and assembled in full conformity with the drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer, unless - exceptions are noted by Engineer. 1-2.01. General Equipment Requirements. As required, the General Equipment Requirements section shall apply to all equipment provided under this section. 1-2.02. Drawings. Supplementing this section, the drawings indicate locations and arrangement of enclosures and provide one -line diagrams regarding the connection and interaction with other equipment. 1-2.03. Nameplates. Each UPS shall be identified with a suitable engraved nameplate mounted on the top front and as required, a nameplate shall also be provided for each of the external manual bypass switches. The nameplates shall be made of laminated black and white plastic. The lettering shall be bold, not less than 1/4 inch square, engraved by cutting through the black outside layer so that the letters appear white. (City of Lubbock, Texas ) 13580 (Southeast Water Reclamation Plant) -3- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 1-3. SUBMITTALS. In addition to the requirements of Section 13500, all material and equipment documentation shall be submitted for review in accordance with the submittals section. Each sheet of descriptive literature submitted shall be clearly marked to identify the material or equipment as follows: a. Equipment and materials descriptive literature and drawings shall show the specification paragraph for which equipment applies. b. Sheets or drawings showing items not applicable to this system, or not requiring review, shall contain clear indication as to which section or sections require review. c. Functional line diagrams showing all major system components and external connection diagrams for all electrical equipment shall be submitted for review. A manufacturer's standard connection diagram or schematic showing more than one scheme of connection will not be accepted, unless it is clearly marked to show the intended connections. d. A report certifying that the UPS will provide the required backup time at the specified UPS loading and UPS ambient temperature. The report shall include anticipated continuous electrical load calculations, backup time calculations and shall indicate the battery end -voltage used in the analysis. 1-4. DELIVERY STORAGE AND SHIPPING. Delivery, storage and shipping shall be as required in Section 13500. 1-5. SPARE PARTS. Spare parts shall be provided as required. PART 2-PRODUCTS 2-1. GENERAL. All equipment, enclosures, and accessories shall be designed, assembled and connected in accordance with the requirements of these specifications and the drawings. 2-1.01. System Design Requirements. The UPS system shall conform to the following standards and features and other features as required. Capacity Capacity, peak (minimum) Frequency stability, battery mode Harmonic distortion (max) (City of Lubbock, Texas ) 13580 (Southeast Water Reclamation Plant) -4- (influent Lift Station Rehabilitation } (B&V PN 140092 ) See data sheet 150 percent of continuous power rating for 10 seconds. + 0.5 percent. 5 percent. Efficiency, overall on-line Operating temperature -humidity Recharge time (max) Input Voltage at 60Hz +10 —15 percent Output Voltage at 60Hz AC 75 percent minimum. 0 to 40°C; 0 to 95 percent relative humidity, non -condensing. 4 hours. 120 120 2-1.02. Acceptable Manufacturers. All systems supplied under this contract shall be of the same manufacturer. The uninterruptible power supply systems shall be as manufactured by MGE, Powerware, Liebert, or equal. 2-1.03. Terminal Blocks. Wiring for external circuits, including all alarm contacts, shall be brought to grouped terminal blocks located for convenient connection. Provisions shall include suitable marked terminal blocks for connection of No. 12 AWG control wiring and for input/output power conductors as sized on the drawings. Terminal designations shall agree with manufacturer's wiring diagram. 2-2. BATTERY CHARGER/RECTIFIER AND BATTERIES. The battery charger and the rectifier shall have the following characteristics: a. The rectifier shall convert the incoming ac power to do power to energize the static inverter. b. The battery charger shall supply a float current to the batteries to maintain them at a fully charged state while incoming power is being provided. The charging voltage shall be temperature -compensated over the entire operating temperature range to avoid overcharging or undercharging the batteries. The battery charger shall automatically apply an elevated voltage (equalization charge) to the batteries if and as required by the battery manufacturer. c. The batteries shall provide backup power for the UPS when incoming commercial power is not available. The batteries shall be valve - regulated or gelled -electrolyte lead -acid type. The batteries shall be integral to the UPS. Batteries shall have capacity to supply the do power to the UPS while operating at full load for a period of not less than as required at 25°C. The batteries shall have an expected life of 5 years and shall carry a one-year warranty. 2-3. STATIC INVERTER. The solid-state inverter shall employ silicon -controlled rectifiers (SCRs) and other devices for converting direct current power to essentially sinusoidal alternating current power. The static inverter shall conform to the following characteristics and requirements. (City of Lubbock, Texas ) 13580 (Southeast Water Reclamation Plant) -5- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) a. Automatic Synchronization: During normal operation, the inverter shall provide power to critical loads. The utility electric system will act as an alternate supply. Inverter equipment shall include stable solid-state devices designed to automatically maintain inverter output in phase with the utility electric system. b. Overload, Short Circuit, and Load Loss: The inverter shall have input and output fuses and other equipment necessary to protect from overload, short circuit, and 100 percent loss of load. Current limiting features shall also be provided. c. Loss of Supply Voltages: The inverter shall include protective devices to prevent damage resulting from excursion, loss, or restoration of its synchronization voltage and its do input voltage and any inrush current occurrences associated with such conditions. 2-4. STATIC TRANSFER SWITCH. As required, the static transfer switch shall use SCRs and other static devices required to automatically transfer loads from the off-line (bypass) to the on-line operating condition and back again. In off-line mode, the static transfer switch shall connect clean filtered power to the load. The primary ac line shall be monitored and the load shall be transferred to the inverter if the voltage drops below 85 percent. During on-line mode operation, any inverter problem shall cause an instantaneous transfer to the bypass mode. 2-5. MAINTENANCE BYPASS SWITCH. As required, a maintenance bypass switch shall be provided so maintenance can be performed on the UPS without disrupting control system operation. The bypass switch shall be independent of the UPS electronics. 2-6. OUTPUT RECEPTACLE PANEL. An output receptacle panel with a variety of NEMA 5, 6, L5, and/or L6 receptacles shall be furnished on the rear of the UPS. The System Supplier shall coordinate the size, number, and type of the receptacles with the equipment as required or as indicated on the drawings. 2-7. CONTROL INDICATION AND ALARM. Controls, indicators and alarms shall be provided as a part of the UPS. Control buttons and LED indicators shall be provided on the UPS panel and shall be permanently labeled. 2-7.01. Controls. A do battery circuit breaker, a mode selector switch, and system "ON" and "OFF" buttons shall be provided. 2-7.02. Indication. A digital display for selection and indication of input, output, and battery voltages shall be provided. (City of Lubbock, Texas ) 13580 (Southeast Water Reclamation Plant) -6- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) LED indicators for inverter ready, frequency, battery voltage, overload, over temperature, and impending shutdown conditions shall be provided. LED indicators for bypass ready, bypass mode, and on-line mode shall be provided, as required. 2-7.03. Remote Alarms. The UPS shall have the following provisions for remote alarms. 2-7.03.01. General Alarm. For units 5 M and larger, a common, isolated, dry, alarm contact rated 3 amperes at 120 volts ac shall be provided with the UPS for indication of general alarm. The contact shall close under any UPS fault condition. 2-7.03.02. Power Failure. For units 5 M and larger, an isolated, dry, alarm contact rated 3 amperes at 120 volts ac shall be provided with the UPS for remote indication of power failure. The contact shall open upon loss of commercial power to the UPS. For units smaller than 5 M, a relay shall be provided and connected across the incoming power as the means of providing a contact for indication of a power failure condition. PART 3 - EXECUTION 3-1. INSTALLATION REQUIREMENTS. Installation requirements are specified in Section 13500. 3-2. OWNER TRAINING. System Supplier shall provide a qualified representative at the jobsite to train Owner's personnel in operating, maintaining, -' and repairing the equipment. The training shall consist of one full 4 hour session and the schedule shall be arranged and coordinated with Owner. End of Section - (City of Lubbock, Texas ) 13580 (Southeast Water Reclamation Plant) -7- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 13590 NETWORK SYSTEMS Para- Description Data Unit ra h eneral PR 1-1 Network Devices are indicated on: r Block Diagram drawings r Individual Device Specifications 13591 through 13595 eneral Equipment • Yes Requirements required No Spare Parts s listed in Individual Device ecifications n dividual Device Specifications 2-1 JPR ee Section 13591 for Ethernet Yes Networks. No ee Section 13592 for Device Yes Networks. Co No ee Section 13593 for; Yes iscellaneous Network Hardware. No See Section 13594 for Network [ j Yes Cabling. No (City of Lubbock, Texas ) 13590 (Southeast Water Reclamation Plant) -1- (influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 13590 NETWORK SYSTEMS PART 1 - GENERAL 1-1. SCOPE. This section covers the furnishing of all hardware and software for network systems required for the Computer Control System. Principal components of the network systems shall be as indicated on the block diagram drawings and as required. 1-1.01. Control System. Section 13500 shall apply to all systems described in this section. All applicable requirements defined in Section 13500 shall apply to equipment and services provided under Section 13590. 1-1.02. Terminology. When the phrase "as required" is stated in this section it shall mean "as required in the attached Data Sheet". .1-2. GENERAL. SYSTEM SUPPLIER shall select the equipment furnished under this section for its superior quality and the intended performance. The SYSTEM SUPPLIER shall install all equipment in accordance with the manufacturer's instructions. Equipment and materials used shall be subject to review and shall comply with the following requirements. 1-2.01. General Equipment Requirements. As required, the General Equipment Requirements section shall apply to all equipment provided under this section. 1-2.02. Drawings. Supplementing this section, the drawings indicate locations and arrangement of hardware and enclosures, provide mounting details, and may show other information regarding the connection and interaction with other equipment. 1-2.03. Governinq Standards. Governing Standards for network systems shall be as indicated in Section 13500. 1-2.04. Power and Instrument Signals. Unless otherwise indicated, electric power supply to the network equipment will be unregulated 24 volts do or 120 volts ac. 1-2.05. Appurtenances. Special power supplies, special cable, special grounding, and isolation devices shall be furnished as needed for proper performance of the equipment. (City of Lubbock, Texas ) 13590 (Southeast Water Reclamation Plant) -2- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 1-2.06. Interchangeability and Appearance. To the extent possible, components used for similar types of functions and services shall be the same brand and model line. Similar components of different network hardware shall be the products of the same manufacturer to facilitate maintenance and stocking of repair parts. Whenever possible, identical units shall be furnished. 1-2.07. Programming Devices. A programming or system -configuring device, or software required for programming, shall be provided for systems that contain any equipment that requires such a device or software for routine maintenance and troubleshooting. The programming device shall be complete, newly purchased for this project, and shall be in like -new condition when turned over to OWNER at completion of startup. Programming software shall be licensed to the OWNER. 1-2.08. Connection to Existing Systems. Network hardware and software _.: provided shall be compatible with the OWNER's existing network systems wherever a system interconnection is provided. SYSTEM SUPPLIER shall verify existing systems to ensure compatibility. 1-3. SUBMITTALS. Submittals shall be as required in Section 13500. Additional submittal requirements may be included in the Individual Device Specifications sections. 1-4. DELIVERY, STORAGE, AND SHIPPING. Delivery, storage and shipping shall be as required in Section 13500. 2-1. INDIVIDUAL DEVICE SPECIFICATIONS. Individual network equipment and related devices shall be provided as specified in one or more of the following - sections, as required: 13594 Network Cabling PART 3 - EXECUTION 3-1. NETWORK INSTALLATION REQUIREMENTS. Additional network installation requirements are specified in Section 13500. Networks shall be installed and tested in accordance with the following requirements. 3-1.01. Field Testing. After each network has been installed, a technical "' rz representative of SYSTEM SUPPLIER shall test the network and shall provide a written report for each test. Specific testing requirements are described in the individual network specification sections. (City of Lubbock, Texas ) 13590 (Southeast Water Reclamation Plant) -3- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 3-1.02. Systems Check. A technical representative of SYSTEM SUPPLIER shall participate in the checkout of network systems. Systems check requirements shall be as specified in Section 13500. 3-2. CUSTOMER TRAINING. Training for Network Systems is covered under Instrumentation Training in Section 13500. End of Section (City of Lubbock, Texas ) 13590 (Southeast Water Reclamation Plant) -4- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 13594 NETWORK CABLE Para- Description Data Unit ra h -2 Unshielded Twisted Pair (UTP) Yes able Required No -2.01 at-5e UTP Cable Required Yes No -2.02 at-6 UTP Cable Required Yes No -2.03 Ethernet Patch Cables Required Yes No -3 Fiber Optic Cable Required 11 Yes E; No -3.01 Multimode Fiber Optic Yes Cable Required No 2.5/125 pm Multimode Cable Yes Required r No 0/125 Nm Multimode Cable Yes Required No -3.02 inglemode Fiber Optic Cable Yes Required No -4. PLC Communications Media Yes Required No -5. ndustrial Communications is Yes able Required [; No -5.01 Profibus Cable Required r- yesI', No -5.01- rofibus DP Cable Required Yes 1 No (City of Lubbock, Texas ) 13594 (Southeast Water Reclamation Plant) -1- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Profibus PA Cable Required Yes 5.01.02 No Profibus DP Power Cable Required yes 5.01.03 No -5.02 DeviceNet Cable Required Yes No (City of Lubbock, Texas ) 13594 (Southeast Water Reclamation Plant) -2- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 13594 NMU•-�:g PART 1 —GENERAL 1-1. SCOPE. This section covers the furnishing and installation of cable systems to provide communications for the Computer Control System as indicated on the drawings and as required. Accessories and appurtenances shall be provided as specified herein and as required to provide a complete and properly operating system. Equipment and services provided under this section shall be subject to the General Computer Control System Requirements specified in Section 13500 and Section 13590. Supplementing Section 13590, network data, special requirements, and options are indicated on the drawings. 1-1.01. Terminology. When the phrase "as required" is stated in this section it shall mean "as required in the attached Data Sheet". 1-2. SUBMITTALS. Submittals shall be made in accordance with the requirements of Section 13500. _ 1-2.01. Qualifications. The name, address and telephone number of the proposed contractor or subcontractor, including specific personnel to perform the work shall be included with the submittals. Provide the experience record of the subcontractor and personnel in performing work similar to that specified. Include the agency, contact person, and telephone number of at least three (3) previous - fiber optic cable installation projects completed by the proposed subcontractor. The Engineer shall review and approve the fiber subcontractor and personnel prior to any of the fiber -related work being performed. This review will be conducted during the project submittal phase, as described below. 1-2.02. Drawings and Data. All material and equipment documentation shall be submitted for review in accordance with the submittals section. Each sheet of descriptive literature submitted shall be clearly marked to identify the material or equipment. Product data shall include the following in the submittals section: a. Cut sheets and catalog literature for proposed fiber optic cable, and fiber optic cable accessories (pigtails, connectors, etc.) b. Manufacturer specifications and data that clearly shows that the fiber optic cable meets all requirement specified herein. (City of Lubbock, Texas ) 13594 (Southeast Water Reclamation Plant) -3- _-_ (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) c. Sample of the proposed cable. d. Physical dimension drawings of all fiber optic accessories. e. Proposed fiber identification sequence and labeling. f. Provide off-line maintenance aids and on-line diagnostics to check the performance of the communication links and interfaces of devices on the data highway. g. Provide a Recommended Spare Parts List (RSPL). h. Provide a list of recommended special tools for fiber installation testing or maintenance. 1-2.03. Operations and Maintenance Manuals. Operation and Maintenance Manuals shall have the following items included in addition to those items specified in other sections: a. Description of all components. b. Methods of connection. c. Connection diagram. d. OTDR trace plots for all fibers. 1-3 SHIPMENT PROTECTION AND STORAGE. Equipment provided under this section shall be shipped, protected, and stored in accordance with the requirements of Section 13500. 1-4. QUALIFICATIONS. Due to the specialized nature of installing, splicing, terminating, and testing optical fiber cable, the Contractor shall utilize personnel who are experienced in such practices. The installing Contractor or Subcontractor shall have performed similar installation and testing work on at least three projects of similar size and complexity. The personnel assigned to the installation and testing shall also have experience on at least three projects of similar size and complexity. PART 2 - PRODUCTS 2-1. GENERAL. All fiber optic cable, fiber optic hardware and accessories shall be designed, assembled and connected in accordance with the requirements of these specifications and the drawings. 2-2. ETHERNET UNSHIELDED TWISTED PAIR (UTP) CABLE. Not Used. 2-2.01. Category 5e UTP Cable. Not Used. (City of Lubbock, Texas ) 13594 (Southeast Water Reclamation Plant ) -4- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 2-2.02. Category 6 UTP Cable. Not Used. 2-2.03. Ethernet Patch Cables. Not Used. 2-3. FIBER OPTIC CABLE. The fiber optic cable must meet all of the requirements of the following paragraphs. a. The fiber optic cable must meet the following requirements of the National Electrical Code (NEC) Section 770. b. Riser Applications — Applicable Flame Test UL 1666. c. Finished cables shall conform to the applicable performance requirements of Table 8-6 and 8-7 in the Insulated Cable Engineers Association, Inc. (ICEA) Standard for Fiber Optic Premises Distribution Cable (ICEA S-83-596). d. Every fiber in the cable must be usable and meet required specifications. e. All optical fibers shall be sufficiently free of surface imperfections and inclusions to meet the optical, mechanical, and environmental requirements of this specification. f. Each optical fiber shall consist of a doped silica core surrounded by a concentric glass cladding. The fiber shall be a matched clad design. g. All optical fibers shall be proof tested by the fiber manufacturer at a minimum load of 100 kpsi. h. All optical fibers shall be 100 percent attenuation tested. The attenuation shall be measured at 850 nm, and 1300 nm for multimode fibers. The attenuation shall be measured at 1310 nm and 1550 nm for single -mode fibers. The manufacturer shall store these values for a minimum of 5 years. These values shall be available upon request. The storage temperature range for the cable on the original shipping reel shall be —40°C to +70°C. The operating temperature range shall be —400C to +70°C. Testing shall be in accordance with FOTP-3. Every fiber in the cable shall meet the following requirements: a. The attenuation specification shall be a maximum attenuation for each E . fiber at 23 + 50C. b. The attenuation of the cabled fiber shall be uniformly distributed throughout its length such that there are no discontinuities greater than 0.2 dB at 850 nm/1300 nm (multimode) in any one kilometer length of fiber. c. Required Fiber Grade: Maximum Fiber Attenuation at 850 nm shall be 3.5 dB/km. (City of Lubbock, Texas ) 13594 (Southeast Water Reclamation Plant) -5- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) d. Minimum Bandwidth Requirement (multimode only) shall be 160/150 MHz -km at 850/1300 nm. Fiber optic cable shall meet the following construction requirements: a. Optical fibers shall be placed inside a loose buffer tube. The nominal outer diameter of the buffer tube shall be 3.0 mm. b. The cable shall contain 24 fibers. Each buffer tube shall contain up to 12 fibers. c. The fibers shall not adhere to the inside of the buffer tube. d. Each fiber shall be distinguishable from others by means of color coding in accordance with TIA/EIA-598-A, "Optical Fiber Cable Color Coding." e. The fibers shall be colored with ultraviolet (UV) curable inks. f. Buffer tubes containing fibers shall also be color coded with distinct and recognizable colors in accordance with TIA/EIA-598-A, "Optical Fiber Cable Color Coding." g. In buffer tubes containing multiple fibers, the colors shall be stable during temperature cycling and not subject to fading or smearing onto each other. Colors shall not cause fibers to stick together. h. The buffer tubes shall be resistant to kinking. i. The cable jacket color shall be black. j. Fibers may be included in the cable core to lend symmetry to the cable cross-section where needed. Fibers shall be placed so that they do not interrupt the consecutive positions of the buffer tubes. In dual layer cables, any fillers shall be placed in the inner layer. Fillers shall be nominally 3.0 nm in outer diameter. k. The jacket shall be continuous, free from pinholes, splits, blisters, or other imperfections. The jacket shall have a consistent, uniform thickness; jackets extruded under high pressure are not acceptable. The jacket shall be smooth, as consistent with the best commercial practice. The jacket shall provide the cable with a tough, flexible, protective coating, able to withstand the stresses expected in normal installation and service. I. The outer cable jacket shall be marked with the manufacturer's name or UL file number, date of manufacture, fiber type, flame rating, UL symbol, and sequential length markings every two feet (e.g. "62.5/125 MICRON — TYPE OFNR — (UL) 00001 Feet"). The print color shall be white. m. The cable shall be all -dielectric. (City of Lubbock, Texas ) 13594 (Southeast Water Reclamation Plant) -6- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) n. The outside diameter of the cable shall not exceed 7 mm. o. Flammability — All cables shall comply with the requirements of the 1996 NEC Article 770. All cables shall pass UL 1666. Fiber optic cable shall be as manufactured by Corning Cable Systems, Belden, BICCGeneral, AMP or equal. 2-3.01. Multimode Fiber. Multimode fiber shall be either 62.5/125pm core diameter or 50/125 pm core diameter cable. 62.5 Nm core diameter multimode fiber optic cable shall meet the following requirements: a. The multimode fiber utilized in the cable specified herein shall meet EIA/TIA-492AAAA-1989, "Detail Specification for 62.5 m Core Diameter/125 m Cladding Diameter Class la Multimode, Graded Index Optical Waveguide Fibers." b. Core diameter: 62.5 + 3.0 micrometers. c. Cladding diameter: 125.0 + 2.0 micrometers. d. Core -to -Cladding Offset: < 3.0 micrometers. e. Cladding non -circularity: <2.0%. Defined as: [1-(min. cladding dia. + max. cladding dia.)] X 100. f. Core non -circularity: < 6.0%. Defined as: [1-(min. core dia. + max. core dia.)] X 100. g. Coating Diameter: 245 ± 10 micrometers. h. Graded index. i. Numerical Aperture: 0.275 + 0.015. j. Attenuation Uniformity: There shall be no point discontinuities greater than 0.2 dB at either 850 nm or 1300 nm. 2-3.02. Singlemode Fiber. Not Used. 2-3.03. Fiber Optic Jumper Cables. Fiber optic jumper cables shall be furnished and installed for equipment interfacing and between termination cabinets. The jumpers shall meet the following requirements: a. The jumpers shall be 62.5/125 microns or 50/125 microns as required, multimode for operation at 1300 nm. They shall be tight -buffered and (City of Lubbock, Texas ) 13594 (Southeast Water Reclamation Plant) -7- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) be protected by Kevlar-type strength material. The manufacturer of these cables shall be the same as that for fiber optic specified above. b. The jumpers shall be supplied with ST connectors on each end. They shall be long enough to run from the specific termination cabinet to the Fiber Optic Modules or other data highway equipment. 2-4. PLC COMMUNICATIONS MEDIA. Not Used. 2-5. INDUSTRIAL COMMUNICATIONS CABLING. Not Used. 2-5.01 Profibus Network Cabling. Not Used. 2-5.01.01. Profibus DP Cabling. Not Used. 2-5.01.02. Profibus PA Cabling. Not Used. 2-5.01.03. Profibus DP Power Cabling. Not Used. 2-5.02. DeviceNet Cabling. Not Used. PART 3 - EXECUTION 3-1. INSTALLATION. The SYSTEM SUPPLIER shall be responsible for the coordination of the installation of all cable furnished hereunder. The SYSTEM SUPPLIER shall be responsible for the termination of all cable furnished hereunder. 3-1.01. Cable Damage. If the cable becomes damaged during installation, the Contractor shall stop work and notify the Engineer immediately. The Owner and Engineer will decide whether to replace the entire reel of cable or to install a splice at the damaged section. If the Owner decides to replace the entire reel of cable, the Contractor shall begin the installation at the last designated splice point. The damaged cable between these points shall be removed, coiled, tagged, and given to the Owner. Installation of new cable to replace damaged cable shall not be a basis of extra payment or contract completion time. In addition to installation of the new cable, the Contractor shall reimburse the Owner for the entire cost of the replacement reel of cable. This cost will be withheld from the contract price. If the Owner decides to install a splice at the damaged point, and the cable is damaged a second time, the entire reel of damaged cable (and all subsequent damaged reels) shall be replaced with new reels at the Contractor's expense. (City of Lubbock, Texas ) 13594 (Southeast Water Reclamation Plant) -8- (Influent Lift Station Rehabilitation (B&V PN 140092 ) t i i_ 3-1.02. Ethernet Cable Installation. Straight through cables shall be wired using the T568-B standard for both connectors as shown in the table below (connector pin numbers are left to right with the clip down). Crossover cables shall be wired using the T568-A standard for one connector and the T568B standard for the opposite end as shown in the table below. Connector Pin 568A Wiring 568B Wiring Conductor Conductor 1 White/Green White/Orange 2 Green Orange 3 White/Orange White/Green 6 Orange Green 4 Blue Blue 5 White/Blue White/Blue 7 White/Brown White/Brown 8 Brown Brown 3-1.03. Fiber Optic Cable Installation. The cable manufacturer shall provide installation procedures and technical support concerning the items contained in this specification. Fiber optic cable installation shall meet the following requirements: a. All fiber optic cable shall be installed, terminated, and tested by the System Supplier or his fiber subcontractor as specified above. b. In pulling the cable, strain -release, or other tension limiting devices shall be used to limit the pull tension to less than 600 lbs. c. Minimum bend radius restrictions shall be satisfied both during and after cable installation. d. Horizontal, unsupported cable runs shall be supported at continuous distances of 5 feet or less. e. All conduit and cabinet entrances shall be sealed with RTV or other re - enterable sealant material to prevent ingress of water, dust or other foreign materials. f. Cable routing within occupied office areas shall conform to Federal, State, and local electrical and fire codes. g. Any non -terminating (field) splices shall be documented as to the physical location and cable meter mark (prior to stripping). Field splices shall be OTDR-tested and documented prior to final cable acceptance testing. (City of Lubbock, Texas ) 13594 (Southeast Water Reclamation Plant) -9- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) I h. Fiber optic cables shall be installed in accordance with NECA 301- 2004, Installing And Testing Fiber Optic Cables. 3-2. NETWORK TESTING. After each network has been installed, a technical representative of SYSTEM SUPPLIER shall test the network and shall provide a written report for each test. 3-2.01. Test Equipment. Unless specified otherwise, all test equipment for the calibration and checking of system components shall be provided by SYSTEM SUPPLIER for the duration of the testing work and this test equipment will remain r the property of SYSTEM SUPPLIER. 3-2.02. Ethernet Cable Testing. Not Used. 3-2.03. Fiber Optic Cable Testing. Not Used. End of Section (City of Lubbock, Texas ) 13594 (Southeast Water Reclamation Plant) -10- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 15061 DUCTILE IRON PIPE PART 1 - GENERAL 1-1. SCOPE. This section covers the furnishing and installation of ductile iron pipe. Ductile iron pipe shall be furnished complete with all fittings, jointing materials, pipe hangers and supports, anchors, blocking, encasement, and appurtenances. Piping shall be furnished by Contractor. Piping furnished hereunder shall be complete with all joint gaskets, bolts, and nuts required for installation of any valves and equipment furnished by others for installation under this contract. Pipe hangers and supports, cleaning, disinfection, and cathodic protection are covered in other sections. Cast iron soil pipe is covered in the Miscellaneous Piping section. Pipe trenching, embedment, and backfill are covered in the Trenching and Backfilling section. 1-1.01. Pipe Manufacturer's Experience and Field Services. All ductile iron pipe, fittings, and specials shall be fabricated, lined, and coated by the pipe manufacturer. Minimum required experience qualifications shall include manufacture of a pipeline at least 1 mile in length, of a diameter equal to or larger than the pipe to be provided, with joints, lining, and coating suitable for the same or a higher pressure rating, which has performed satisfactorily for the past 5 years. All ductile iron pipe shall be installed in accordance with the pipe manufacturer's recommendations. 1-2. SUBMITTALS. Drawings, details, specifications, and installation schedules covering all ductile iron pipe and accessories shall be submitted in accordance with the Submittals section. The drawings and data shall include, but shall not be limited to, the following: Certification by manufacturer for each item furnished in accordance with the ANSI/AWWA Standards. Certification of gaskets, certifying that gasket material is suitable for services intended. Certification of proof -of -design tests for joints. Certification of proof -of -design tests for welded -on outlets. Laying schedule complete with an explanation of all abbreviations used in the schedule. (City of Lubbock, Texas ) 15061 (Southeast Water Reclamation Plant) -1- (influent Lift Station Rehabilitation ) (B&V PN 140092 ) Two samples of the polyethylene encasement, each sample clearly identified as required by the Governing Standards and test results from an independent third party laboratory of the requirements specified in ANSI/AWWA C105/A21.5. Submittal data shall clearly indicate the country of origin of pipe, fittings, flanges, restraining devices, and accessories. Certified copies of physical and chemical test results as outlined in ANSI/AWWA C151/A21.51 shall be submitted for the materials to be provided. Contractor shall submit a written statement from the gasket material manufacturer certifying that the gasket materials are compatible with the joints specified herein and are recommended for the specified field test pressures and service conditions. 1-2.01. Emergency Repair Manual. Contractor shall submit an emergency repair manual prepared and furnished by the pipe manufacturer. The manual shall include procedures for handling emergency calls and repairs; a list of stock replacement pipe sections, closures, and other parts needed for emergency repairs; names and emergency telephone numbers of pipe manufacturer's engineering staff and factory -trained field service representatives who can be contacted day or night during an emergency; response and delivery times; and installation instructions for the materials and methods used in making repairs. The pipe manufacturer shall provide emergency assistance that may be required at no additional cost to Owner. 1-3. SHIPPING HANDLING AND STORAGE. Shipping shall be in accordance with the Shipping section. Handling and storage shall be in accordance with the Handling and Storage section, and as specified herein. Pipe, fittings, and accessories shall be handled in a manner that will ensure installation in sound, undamaged condition. Equipment, tools, and methods used in handling and installing pipe and fittings shall not damage the pipe and fittings. Hooks inserted in ends of pipe shall have broad, well -padded contact surfaces. Unpadded hooks, wire brushes or other abrasive tools shall not be permitted to come into contact with polyethylene lining if such lining is specified. Contractor -furnished pipe and fittings in which the lining has been damaged shall be replaced by and at the expense of Contractor. With the concurrence of Engineer, small and readily accessible damaged areas may be repaired. If the lining of Owner -furnished pipe or fittings is damaged by Contractor during unloading or handling, the damaged pipe or fittings shall be replaced by and at the expense of Contractor. Where the damaged areas are small and readily accessible, Contractor may be permitted to repair the lining. (City of Lubbock, Texas ) 15061 (Southeast Water Reclamation Plant) -2- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Contractor shall repair any damage to pipe coatings before the pipe is installed. PART 2 - PRODUCTS 2-1. PIPE CLASS. The class of ductile iron pipe shall be thickness class 56. The specified class includes service allowance and casting allowance. Pipe wall thickness for grooved and threaded end pipe shall be increased if necessary to comply with the following minimum thickness: Pipe Size Minimum Class inches Threaded Ends (1) 20 56 (1) Complies with ANSI/AWWA C115/A21.15 for minimum pipe wall thickness for threaded flanges. 2-2. MATERIALS. M. Gaskets — All Joint Types Fittings Fitting Size Material in Ductile iron, ANSI/AWWA C151/A21.51, Table 4. Synthetic rubber; natural rubber will not be acceptable. Gaskets for potable water service shall be certified as suitable for chlorinated and chloraminated potable water; a certificate of gasket suitability shall be submitted. Gaskets shall be furnished by the pipe manufacturer. ANSI/AWWA C110/A21.10 (except shorter laying lengths will be acceptable for U.S. Pipe), or ANSI/AWWA C153/A21.53, minimum working pressure rating as follows, unless indicated otherwise on the drawings. Min. Working Type Pressure Rating, psi 4 to 24 DI Flanged joints 250 All fittings shall be ductile iron and suitable for a factory test pressure of 1.5 times rated working pressure without leakage or damage. (City of Lubbock, Texas ) 15061 (Southeast Water Reclamation Plant) -3- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Flanged Joints Flanges Class 250 (where identified) All Others Flanges Nuts Gaskets Threaded Connections Shop Coating and Lining Cement Mortar Lining with Seal Coat Universal Primer ANSI/AWWA C115/A21.15. Ductile iron, flat faced, with ANSI/ASME B16.1, Class 250 diameter and drilling. Ductile iron, Class 125, ANSI/AWWA C115/A21.15. All flanges shall be suitable for test pressure of 1.5 times rated pressure without leakage or damage. ASTM A307, chamfered or rounded ends projecting 1/4 to 1/2 inch beyond outer face of nut. Stainless Steel (316) bolts are required for connections below elevation 3135.80 ASTM A307, hexagonal, ANSI/ASME B18.2.2, heavy semifinished pattern. Stainless steel (316) nuts are required below elevation 3135.80 ASTM D1330, Grade I rubber, full face type, 1/8 inch thick. Gaskets shall be furnished by the pipe manufacturer. ANSI/ASME 131.20.1, NPT; with boss or tapping saddle wherever wall thickness minus the foundry tolerance at the tapped connection is less than that required for 4- thread engagement as set forth in Table A.1, Appendix A, of ANSI/AWWA C151/A21.51. ANSI/AWWA C104/A21.4. Manufacturer's standard. 2-3. SHOP COATING AND LINING. The interior of all pipe and fittings, unless noted otherwise, shall be cement mortar lined. The exterior surfaces of all pipe and fittings shall be shop primed. Flange faces shall be coated with a suitable rust -preventive compound. (City of Lubbock, Texas ) 15061 (Southeast Water Reclamation Plant) -4- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) PART 3 - EXECUTION 3-1. INSPECTION. Pipe and fittings shall be carefully examined for cracks and other defects immediately before installation; spigot ends shall be examined with particular care. All defective pipe and fittings shall be removed from the site. 3-2. PREPARATION. The interior of all pipe and fittings shall be thoroughly cleaned of all foreign matter prior to installation. Before jointing, all joint contact surfaces shall be wire brushed if necessary, wiped clean, and kept clean until jointing is completed. Precautions shall be taken to prevent foreign material from entering the pipe during installation. Debris, tools, clothing, or other objects shall not be placed in or allowed to enter the pipe. 3-3. CUTTING PIPE. Cutting shall be done in a neat manner, without damage to the pipe or the lining. Cuts shall be smooth, straight, and at right angles to the pipe axis. After cutting, the ends of the pipe shall be dressed with a file or a power grinder to remove all roughness and sharp edges. The cut ends of push - on joint pipe shall be suitably beveled. All field cutting of existing gray cast iron pipe shall be done with mechanical pipe cutters, except where the use of mechanical cutters would be difficult or impracticable. Contractor shall use factory prepared pipe ends unless a field cut is required for connections. Ends of ductile iron pipe shall be cut with a portable guillotine saw, abrasive wheel, saw, milling cutter, or oxyacetylene torch. The use of hydraulic squeeze type cutters will not be acceptable. Field -cut holes for saddles shall be cut with mechanical cutters; oxyacetylene cutting will not be acceptable. 3-4. ALIGNMENT. Piping shall be laid to the lines and grades indicated on the drawings. Pipelines or runs intended to be straight shall be laid straight. Deflections from a straight line or grade shall not exceed the values stipulated in Table 3 or Table 4 of AWWA C600, unless specially designed bells and spigots are provided. Either shorter pipe sections or fittings shall be installed where needed to conform to the alignment or grade indicated on the drawings. When pipelines must be closely controlled, laser beam equipment, surveying instruments, or other suitable means shall be used to maintain alignment and grade. At least one elevation reading shall be taken on each length of pipe. If -- laser beam equipment is used, periodic elevation measurements shall be made (City of Lubbock, Texas ) 15061 (Southeast Water Reclamation Plant) -5- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) with surveying instruments to verify accuracy of grades. If such measurements indicate thermal deflection of the laser beam due to differences between the ground temperature and the air temperature within the pipe, precautions shall be taken to prevent or minimize further thermal deflections. 3-5. LAYING PIPE. Not Used. 3-6. FIELD JOINTS. Certification of joint design shall be provided in accordance with ANSI/AWWA C111/A21.11, Section 4.5, Performance Requirements, as modified herein. The joint test pressure shall be not less than 2 times the working pressure or 1-1/2 times the test pressure of the pipeline, whichever is higher. The same certification and testing shall also be provided for restrained joints. For restrained joints, the piping shall not be blocked to prevent separation and the joint shall not leak or show evidence of failure. It is not necessary that such tests be made on pipe manufactured specifically for this project. Certified reports covering tests made on other pipe of the same size and design as specified herein and manufactured from materials of equivalent type and quality may be accepted as adequate proof of design. Field closure pieces shall be located away from the bends beyond the length over which joints are to be restrained. 3-7. MECHANICAL JOINTS. Not used. 3-8. PUSH -ON JOINTS. Not used. 3-9. FLANGED JOINTS. Pipe shall extend completely through screwed -on flanges. The pipe end and flange face shall be finish machined in a single operation. Flange faces shall be flat and perpendicular to the pipe centerline. When bolting flanged joints, care shall be taken to avoid restraint on the opposite end of the pipe or fitting which would prevent uniform gasket compression or would cause unnecessary stress in the flanges. One flange shall be free to move in any direction while the flange bolts are being tightened. Bolts shall be tightened gradually and at a uniform rate, to ensure uniform compression of the gasket. Special care shall be taken when connecting piping to any pumping equipment to ensure that piping stresses are not transmitted to the pump flanges. All connecting piping shall be permanently supported to obtain accurate matching of bolt holes and uniform contact over the entire surface of flanges before any bolts are installed in the flanges. Pump connection piping shall be free to move parallel to its longitudinal centerline while the bolts are being tightened. Each pump shall be leveled, aligned, and wedged into position which will fit the connecting piping, but shall not be grouted until the initial fitting and alignment of the pipe, so that the pump may be shifted on its foundation if necessary to (City of Lubbock, Texas ) 15061 (Southeast Water Reclamation Plant) -6- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) properly install the connecting piping. Each pump shall, however, be grouted before final bolting of the connecting piping. After final alignment and bolting, the pump connections shall be tested for applied piping stresses by loosening the flange bolts which, if the piping is properly installed, should result in no movement of the piping relative to the pump or opening of the pump connection joints. If any movement is observed, the piping shall be loosened and re -aligned as needed and then the flanges bolted back together. The flange bolts shall then be loosened and the process repeated until no movement is observed. 3-10. FLANGED COUPLING ADAPTERS. Not used. 3-11. MECHANICAL COUPLINGS. Not used. 3-12. GROOVED -END JOINTS. Not used. 3-13. POLYETHYLENE ENCASEMENT. Not Used. 3-13.01. Inspection and Testing. Not Used. 3-14. OUTLETS. Not used. 3-15. WALL CASTINGS. Not used. 3-16. REDUCERS. Reducers shall be eccentric or concentric as indicated on the drawings. 3-17. CONNECTIONS WITH EXISTING PIPING. Not used. 3-18. INSULATED FLANGED JOINTS. Insulated flanged joints shall be installed where indicated on the drawings. In addition to one full-faced insulated z gasket, each flange insulating assembly shall consist of one full-length sleeve, two insulating washers, and two backing washers for each flange bolt. The insulating gasket ID shall be 1/8 inch less than the ID of the flange in which it is installed. The insulated flanged joint accessories shall be installed in accordance with the instructions and recommendations of the manufacturer. 3-19. CONCRETE ENCASEMENT. Not used. 3-20. REACTION ANCHORAGE AND BLOCKING. Not used. 3-21. PRESSURE AND LEAKAGE TESTS. Pipe and fittings shall be subjected to a pressure test and a leakage test. The Contractor shall provide all necessary pumping equipment; piping connections between the piping and the nearest available source of test water; pressure gauges; and other equipment, materials, and facilities necessary for the tests. (City of Lubbock, Texas ) 15061 (Southeast Water Reclamation Plant) -7- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) All pipe, fittings, valves, pipe joints, and other materials which are found to be defective shall be removed and replaced with new and acceptable materials, and the affected portion of the piping shall be retested by and at the expense of Contractor. All joints shall be watertight and free from visible leaks. Any visible leak which is discovered within the correction period stipulated in the General Conditions shall be repaired by and at the expense of Contractor. 3-22. CLEANING. The interior of all pipe and fittings shall be kept clean of any foreign matter until the work has been accepted. End of Section (City of Lubbock, Texas ) 15061 (Southeast Water Reclamation Plant) -8- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 15180 VALVE AND GATE ACTUATORS PART 1 - GENERAL 1-1. SCOPE. This section covers furnishing limit switches for the Influent Lift -= Station slide gates. 1-2. GENERAL. Equipment provided under this section shall be fabricated and assembled in full conformity with drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer, unless exceptions are noted by Engineer. Limit switches shall be furnished with all necessary parts and accessories indicated on the drawings, specified, or otherwise required for a complete, properly operating installation and shall be the latest standard products of a manufacturer - regularly engaged in the production of actuators. 1-2.01. General Equipment Stipulations. The General Equipment Stipulations =.._x shall apply to all equipment furnished under this section. If requirements in this specification differ from those in the General Equipment Stipulations, the requirements specified herein shall take precedence. 1-2.02. Governinq Standards. Except as modified or supplemented herein, all limit switches shall conform to applicable requirements of ANSI/AWWA C540. 1-2.03. Power Supply. Power supply to limit switches will be as indicated on the drawings. -rt 1-2.04. Markin . Each limit switch shall be marked with the manufacturer's name, model number, and the country of origin. An identifying serial number shall be stamped on a corrosion -resistant plate attached to the actuator. 1-2.05. Temporary Number Plates. Each limit switch shall be factory tagged or marked to identify the applicable gate by number or service as indicated on the drawings. 1-3. SUBMITTALS. Complete drawings, details, and specifications covering the limit switches and their appurtenances shall be submitted in accordance with the -° Submittals section. Submittal drawings shall clearly indicate the country of origin of each limit switch and its components. 1-4. DELIVERY STORAGE, AND HANDLING. Shipping shall be in accordance with the Shipping section. Handling and storage shall be in accordance with the Handling and Storage section. (City of Lubbock, Texas ) 15180 (Southeast Water Reclamation Plant) -1- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) PART 2 - PRODUCTS 2-1. PERFORMANCE AND DESIGN REQUIREMENTS. 2-1.01. General. Limit Switches shall be designed for installation on existing slide gates as shown on the drawings. Liberal factors of safety shall be used throughout the design, especially in the design of parts subject to intermittent or alternating stresses. In general, working stresses shall not exceed one-third of the yield point or one -fifth of the ultimate strength of each material. 2-1.02. Limit Switches. Limit switches shall be provided as indicated on the drawings or in the valve and gate schedules. For manual actuators, each limit switch shall be heavy duty type, with a cast NEMA Type 7, explosion -proof enclosure, a spring return roller lever, and four isolated contacts (two normally open and two normally closed) rated 10 amperes at 120 to 480 volts ac and 5 amperes at 125 volts dc. The switches shall be Allen Bradley "802T" or Square D "9007 Type C". 2-2. MATERIALS. Except as modified or supplemented herein, materials used in the manufacture of limit switches shall conform to the requirements of ANSI/AWWA C504 and C540. 2-3. SHOP PAINTING. All ferrous metal surfaces, except bearing and finished surfaces and stainless steel components of valve actuators and accessories, shall be shop painted for corrosion protection. The valve manufacturer's standard coating will be acceptable, provided it is functionally equivalent to the specified coating and is compatible with the specified field painting. The following surfaces shall be painted: Polished or Machined Surfaces Other Surfaces Actuators and Accessories PART 3 - EXECUTION Rust -preventive compound. Epoxy enamel. Universal primer. 3-1. INSTALLATION. Limit switches will be installed as shown on the drawings. Limit switch shall be installed so the switch is actuated when the gate is in a fully open position. End of Section (City of Lubbock, Texas ) 15180 (Southeast Water Reclamation Plant) -2- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 15650 REFRIGERATION SYSTEMS Data Sheet Para- Description Data Units raph eneral 1-2.02 eneral Equipment Requirements E.; Yes equired. No Performance and Design Requirements Indicate site elevation above sea it evel it Cooled Condensing Units / Heat Pumps -5.01 it cooled condensing units / heat Yes umps required. [•J No 1-2.01 anufacturers with local service enters required. [ Yes No 1-4.02 peration and Maintenance anuals required. [ Yes No 1-7 Extra materials. r One complete change of lubricating oil. I"-' Other I None en "Other" is selected, indicate he alternative. - Thermostat type. f" Manual changeover 01.07 T' Automatic changemAer I- Programmable r None - kccessories. r' Hot gas bypass kit 5.01.06 r PratectR,e coating r Trouble contact -4.01 Installation check required. Yes [; No (City of Lubbock, Texas ) 15650 (Southeast Water Reclamation Plant) -1- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Room Air Conditioners 2-5.02 Room air conditioners required. Yes No Manufacturer. Model. Packaged Air Conditioning / Heat Pump Units 2-5.03 Packaged air conditioning / heat pump units required. Yes No 1-2.01 Manufacturers with local service ,enters required. Yes No 1-4.02 Dperation and Maintenance Manuals required. C'ees No 1-7 Extra materials. One coni,olete change of lubr;cafing 00 2 sets of air filters Other None When "Other" is selected, indicate the alternative. 2- Heating type. Electric 9-03.04 r Natural gas r Auxiliary electric ii None Inletgas pressure. 7 to 14 inches vvc [1,7 to 3.5 kPaj Other When "Other' is selected, indicate in. W.C. the inlet gas pressure range. 2- Thermostat types required. F Manual changeover 9-02.11 Automatic changeor F Programmable Ncne 2- Accessories. Roof Curb 9-02.10 F Economizer - Power ExhaU!A F Econon-mer - Barometric Reiief r Protecti\;e coating F Hot gas Dypass kit Variable speed drop (City of Lubbock, Texas 15650 (Southeast Water Reclamation Plant) -2- (influent Lift Station Rehabilitation (B&V PN 140092 3-4.01 Installation check required. Yes No Ductless Split Systems 2-5.04 Ductless split systems required. Yes No 1-2.01 anufacturers with local service enters required. Yes 1140 1-4.02 peration and Maintenance anuals required. Yes No 2- kccessories. 5.04.03 Condensate pump Protective coating 3-4.01 Installation check required. Yes No Water Chillers 2-5.05 Water chillers required. Yes No 1-2.01 anufacturers with local service e enters required. Yes No 1-4.02 peration and Maintenance anuals required. Yes P" No -7 Extra materials. One complete change of lubricating 17- Other r None Mien "Other" is selected, indicate :he alternative. 2- Dotable water supplied to Yes 5.05.06 Hot gas bypass Sound Pnclosure . 05.07 Starter type. r- (City ofLubbock, Texas ) 16650 Water Reclamation Plant -3- (Influent Lift Station Rehabilitation (B&VPN14DOQ2 ) 3-4.01 Installation check required. 'yes No -4.03 Operator instruction and training required. Yes [; No (City of Lubbock, Texas ) 15650 (Southeast Water Reclamation Plant) -4- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 15650 REFRIGERATION SYSTEMS PART 1 - GENERAL 1-1. SCOPE. This section covers the furnishing and installation of refrigerant piping and accessories, packaged air conditioning units, and appurtenances associated with the heating, ventilating, and air conditioning (HVAC) systems. Piping, pipe supports, valves, and accessories which are not an integral part of the equipment or are not specified herein are covered in other sections. 1-1.01. Terminology. When the phrase "as required" is stated in this section it shall mean "as required in the attached Data Sheet". 1-2. GENERAL. Equipment furnished and installed under this section shall be fabricated, assembled, erected, and placed in proper operating condition in full conformity with the drawings, specifications, engineering data, instructions, and y` recommendations of the equipment manufacturer unless exceptions are noted by -, Engineer. 1-2.01. Coordination. Contractor shall verify that each component of the system is compatible with all other parts of the system; that all piping, ductwork, materials, fans, pumps, and motor sizes are appropriate; and that all devices necessary for a properly functioning system have been provided. Where two or more units of the same class of equipment are required, they shall be the product of a single manufacturer; however, all the component parts of the system need not be the products of one manufacturer. When required, each manufacturer of major equipment shall have a local service center, or with written consent of Engineer, shall be able to provide service from other locations within 24 hours. The service center shall be equipped and staffed to service the system and shall maintain a local parts supply. Information on equipment manufacturers' representatives shall be included with the submittals. Where several manufacturers' names have been listed in this section as possible suppliers, only the products of the first manufacturer listed have been checked for functions and features. 1-2.02. General Equipment Requirements. The General Equipment Requirements shall apply to all equipment and materials furnished under this section. (City of Lubbock, Texas ) 15650 (Southeast Water Reclamation Plant) -5- (influent Lift Station Rehabilitation ) __ (B&V PN 140092 ) 1-2.03. Governing Standards. Except as modified or supplemented herein, all work covered by this section shall be performed in accordance with all applicable municipal codes and ordinances, laws, and regulations. In case of a conflict between these specifications and any state law or local ordinance, the latter shall govern. All work shall comply with UL safety requirements. The refrigerant systems shall be constructed in accordance with ASHRAE Standard 15. Refrigeration system equipment shall have a minimum efficiency of not less than specified in the latest edition of ASHRAE 90.1, unless otherwise indicated on the drawings. Capacity ratings for packaged air conditioning units, with capacities less than 135,000 BTUH W shall be in accordance with ARI Standard 210/240. For packaged air conditioning units over 135,000 BTUH the capacity ratings shall be in accordance with ARI Standard 360. 1-2.04. Power Supply. Power supply toequipment with mo tors shall be as . indicated in the schedules on the drawings. Power supply for controls shall be 120 volts, 60 Hz, single phase unless otherwise indicated or required for a t properly operating system. 1-2.05. Metal Thickness. Metal thickness and gauges specified herein are minimum requirements. Gauges refer to US Standard gauge. 1-2.06. Lubrication. Equipment shall be adequately lubricated by systems which require attention no more frequently than weekly during continuous operation. Lubrication systems shall not require attention during startup or shutdown and shall not waste lubricants. r Lubricants of the types recommended by the equipment manufacturer shall be `- provided in sufficient quantities to fill all lubricant reservoirs and to replace all consumption during testing, startup, and operation prior to acceptance of equipment. Lubrication facilities shall be convenient and accessible. Oil drains and fill openings shall be easily accessible from the normal operating area or platform. Drains shall allow for convenient collection of waste oil in containers from the normal operating area or platform without removing the unit from its normal installed position. 1-3. MECHANICAL IDENTIFICATION. 1-3.01. Number Plates. All equipment, piping, and valves denoted on the drawings by a symbol and an identifying number shall be provided with an identifying number plate. The identifying text shall be identical to the symbols indicated herein or on the drawings and shall be located in a conspicuous place. (City of Lubbock, Texas ) 15650 (Southeast Water Reclamation Plant) -6- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Number plate symbols and numbers shall be capitalized block letters with a minimum height as indicted below. Item Identified Letter Height, inches Major Equipment 3/4 Minor Equipment 1/2 Number plate height shall be twice the letter height. Number plate length shall be as needed, with suitable margins all around. Lettering shall be placed in one row where practicable; however, where necessary due to excessive length, lettering shall be placed on more than one row and centered. Number plates shall be in the form of nameplates unless equipment is too small to accommodate the specified nameplate, then tags shall be used. Nameplates and tags shall be metal or plastic. Plastic nameplates and tags shall be laminated - phenolic not less than 1/8 inch thick and shall be black with a white core. Metal nameplates and tags shall be at least 12 gage thickness with engraved or imprinted symbols. Tags shall have smooth edges and shall be a minimum diameter of 1-1/2 inches. Tags shall be installed with corrosion -resistant chains or straps. Nameplates shall be installed with corrosion -resistant mechanical fasteners. 1-3.02. Equipment Plates. Mechanical equipment shall be identified with engraved or stamped equipment plates securely affixed to the equipment in an accessible and visible location. Equipment plates shall be in addition to the number plates specified in the preceding paragraph. Equipment plates shall indicate the manufacturer's name, address, product name, catalog number, serial number, capacity, operating and power characteristics, labels of tested compliances, and any other pertinent design data. Equipment plates listing the distributing agent only will not be acceptable. 1-3.03. Piping. Piping identification shall be as specified in the protective coatings section. 1-4. SUBMITTALS. 1-4.01. Drawings and Data. Complete assembly and installation drawings, and wiring and schematic diagrams, together with detailed specifications and data covering materials, parts, devices, and accessories forming a part of the _.. equipment furnished, shall be submitted in accordance with the submittals section. The data and specifications for each unit shall include, but shall not be limited to, the following: (City of Lubbock, Texas ) 15650 (Southeast Water Reclamation Plant) -7- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Packaged Air Conditioning Units Name of manufacturer. Type and model. Construction materials, thickness, and finishes. Locations and sizes of field connections. Certified performance data and ratings. Capacity at specified conditions. Overall dimensions and required clearances. Net weight and load distribution. Multiline wiring diagrams clearly indicating field installed and factory installed wiring with all terminals identified. Electrical requirements including voltage, number of phases, and amperage. Information as required on local equipment manufacturers' representatives. 1-4.02. Operation and Maintenance Data and Manuals. When required, operation and maintenance manuals shall be supplied and shall be submitted in accordance with the submittals section. Equipment designations used shall correspond to those indicated on the drawings. Operation and maintenance manuals shall include the following: a. Equipment function, normal operating characteristics, and limiting conditions. b. Assembly, installation, alignment, adjustment, and checking instructions. C. Operating instructions for startup, routine and normal operation, regulation and control, shutdown, and emergency conditions. d. Lubrication and maintenance instructions. e. Guide to troubleshooting. f. Parts lists and predicted life of parts subject to wear. g. Outline, cross-section, and assembly drawings; engineering data; and wiring diagrams. h. Test data and performance curves, where applicable. i. A listing of all filter locations, types, sizes, and quantities associated with each piece of equipment. (City of Lubbock, Texas ) 15650 (Southeast Water Reclamation Plant) -8- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) I The operation and maintenance manuals shall be in addition to any instructions or parts lists packed with or attached to the equipment when delivered. 1-5. QUALITY ASSURANCE. 1-5.01. Welding Qualifications. All welding procedures and welding operators shall be qualified by an independent testing laboratory in accordance with the applicable provisions of AWS Standard Qualification Procedures. All procedure and operator qualifications shall be in written form and subject to Engineer's review. Accurate records of operator and procedure qualifications shall be maintained by Contractor and made available to Engineer upon request. 1-5.02. Manufacturer's Experience. Unless the equipment manufacturer is specifically named in this section, the manufacturer shall have furnished equipment of the type and size specified which has been in successful operation for not less than the past 5 years. 1-6. DELIVERY STORAGE, AND HANDLING. Shipping shall be in accordance with the shipping section. Handling and storage shall be in accordance with the handling and storage section. PART 2 - PRODUCTS 2-1. SERVICE CONDITIONS. All equipment shall be designed and selected to meet the specified conditions. 2-2. PERFORMANCE AND DESIGN REQUIREMENTS. Equipment and coil capacities shall be as indicated on the schedules. Where equipment is provided with protective coatings, unit capacities shall be corrected to account for any efficiency losses from the selected protective coating. Each fan's operating selection point on the fan curves shall be selected to the right of the peak pressure/efficiency point and below the lowest point along the fan curve, to the left of the peak pressure/efficiency point. 2-2.01. Dimensional Restrictions. Layout dimensions will vary between manufacturers and the layout area indicated on the drawings is based on typical values. Contractor shall review the contract drawings, the manufacturer's layout drawings, and installation requirements and shall make any modifications required for proper installation subject to acceptance by Engineer. 2-2.02. Elevation. Equipment shall be designed to operate at the elevation as required. .3. (City of Lubbock, Texas ) 15650 (Southeast Water Reclamation Plant) -9- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 2-3. ACCEPTABLE MANUFACTURERS. Acceptable manufacturers shall be as listed in the respective product description paragraphs. 2-4. MANUFACTURE AND FABRICATION. 2-4.01. Welding. All welds shall be continuous (seal type) on submerged or partially submerged components. 2-4.02. Anchor Bolts and Expansion Anchors. Anchor bolts, expansion anchors, nuts, and washers shall be as indicated in the anchorage in concrete and masonry section unless otherwise indicated on the drawings. 2-4.03. Edge Grinding. Sharp corners of cut or sheared edges which will be submerged in operation shall be dulled by at least one pass of a power grinder to improve paint adherence. 2-4.04. Surface Preparation. All iron and steel surfaces, except motors, shall be shop cleaned by sandblasting or equivalent, in strict conformance with the paint manufacturer's recommendations. All mill scale, rust, and contaminants shall be removed before shop primer is applied. 2-4.05. Shop Painting. All steel and iron surfaces shall be protected by suitable coatings applied in the shop. Surfaces which will be inaccessible after assembly shall be protected for the life of the equipment. Coatings shall be suitable for the environment where the equipment is installed. Exposed surfaces shall be finished, thoroughly cleaned, and filled as necessary to provide a smooth, uniform base for painting. Electric motors, speed reducers, starters, and other self-contained or enclosed components shall be shop primed or finished with an oil -resistant enamel or universal type primer suitable for top coating in the field with a universal primer and aliphatic polyurethane system. Surfaces to be coated after installation shall be prepared for painting as recommended by the paint manufacturer for the intended service, and then shop painted with one or more coats of the specified primer. Machined, polished and nonferrous surfaces which are not to be painted shall be coated with rust -preventive compound as recommended by the manufacturer. 2.4.06. Special Tools and Accessories. Equipment requiring periodic repair and adjustment shall be furnished complete with all special tools, instruments, and accessories required for proper maintenance. Equipment requiring special devices for lifting or handling shall be furnished complete with those devices. (City of Lubbock, Texas ) 15650 (Southeast Water Reclamation Plant) -10- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 2-5. EQUIPMENT. 2-5.01. Packaged Air Conditioning. Packaged air conditioning units, denoted by the symbol "WAG" and an identifying number, and an identifying number shall be furnished and installed where indicated on the drawings. Each unit shall be designed for outdoor installation on a wall as indicated on the drawings. The packaged air conditioning unit shall be manufactured by Bard or Liebert. 2-5.01.01. Performance and Design Requirements. The units shall be completely factory assembled and tested, piped, internally wired, fully charged with Refrigerant-22 and compressor oil, and shipped in one piece. The unit shall be designed for direct expansion cooling and configured for heating type indicated. The unit shall be suitable for the power supply and shall have the capacities indicated on the drawings. The refrigeration system shall be capable of satisfactory operation at outdoor ambient air temperatures of 50OF in the cooling mode. Where units need to operate in the cooling mode at a lower temperature than the factory standard as indicated in the schedules on the drawings, a low ambient kit shall be installed. The low ambient kit shall be designed for ambient temperature of 0°F consisting of a solid state controller to vary the speed of the outdoor fan motor in response to refrigerant condensing temperature. Where indicated in the schedules on the drawings, all copper and other surfaces subject to corrosion from the atmosphere indicated shall be given a protective coating. 2-5.01.02. Casing. The unit casing shall be of weatherproof design and shall be constructed of 20 gage or heavier zinc -coated steel. The casing shall be properly reinforced and braced for maximum rigidity. The casing shall be given a factory - applied coat of rust -inhibitive primer and shall be provided with the manufacturer's standard baked enamel finish. Interior surfaces of exterior casing members in contact with the airstream shall have 1 inch thick, 1 pound density, insulation coated on the air side. Aluminum foil -faced glass fiber insulation shall be used in gas fired heating sections. Hinged, insulated, neoprene gasketed access doors or removable panels shall be provided to permit easy inspection and maintenance. Removable insulated access panels shall have aluminum or steel covering on the interior to protect the insulation. The unit base shall be a one-piece, welded assembly with suitable roof curb sealing gasket and curb overhang for water runoff. Drains shall be provided to accommodate outdoor coil runoff. 2-5.01.03. Indoor Coil Section. The indoor coil shall be multirow of seamless copper tubing mechanically bonded to heavy-duty aluminum fins. The coil shall be factory leak tested underwater at 200 psig. The coil shall be provided with expansion device or valve, filter -dryer, and moisture indicator. The indoor coil -- section shall have fully insulated, sloped drain pan extending under the entire coil (City of Lubbock, Texas ) 15650 (Southeast Water Reclamation Plant) -11- (influent Lift Station Rehabilitation ) - (B&V PN 140092 ) section and extending sufficiently past the coil to capture and collect any condensate carryover that may be produced when the unit is operating within the specified operating conditions. 2-5.01.04. Heatinq Sections. When indicated on the drawings, the unit shall have an electric heating coil. Electric coils shall be completely factory assembled and wired integral within the unit. Coils shall be heavy-duty nickel chromium with an automatic reset device to de -energize all staging contactors on high temperature. The heating coils shall be electrically subdivided within the unit into balanced, individually fused stages as required by the National Electrical Code. The heating coil shall have the minimum number of stages indicated in the schedules on the drawings. 2-5.01.05. Filters. Filters shall be mounted integral within the packaged air conditioning unit and shall be 1 inch thick. Hinged access doors shall be provided. Filters shall conform to the requirements in the heating, and air conditioning systems section or air distribution systems section. 2-5.01.06. Fans and Motors. The indoor supply fan shall be forward -curved, multiblade, centrifugal type and shall be statically and dynamically balanced by the fan manufacturer. The fan shall have die -formed, streamlined inlets and the scroll shall be constructed of steel with all seams sealed airtight. The fan shall have steel shafts operating in self -aligning, grease lubricated ball bearings. Units shall have direct or belt driven fans. Where direct driven fans are used, the fan shall have multiple speeds to allow for airflow adjustment. Units with V-belt drive with adjustable sheaves and shall be designed for 50 percent overload. The supply fan motor shall conform to the requirements of the Electric Motors paragraph. Vibration isolators shall be provided for the fan assembly and motor assembly. Static pressure values indicated on the drawings are external to the complete unit. Internal coil(s), dampers, filters and fan housing losses are not included. The outdoor fans shall be direct drive, vertical discharge, propeller type with aluminum blades. Fan motors shall be weatherproof with permanently lubricated ball bearings and built-in thermal overload protection. A corrosion resistant wire guard shall be installed over the fan opening. 2-5.01.07. Compressors. Compressors shall be of the reciprocating hermetic, semi -hermetic, or scroll type mounted on vibration isolators. The compressor motor shall have temperature and current sensitive overload protection devices. Each packaged air conditioning or heat pump unit shall have a minimum number of capacity reduction steps as indicated in the schedules on the drawings. (City of Lubbock, Texas ) 15650 (Southeast Water Reclamation Plant) -12- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Reciprocating hermetic compressors shall be suction gas cooled with internal pressure relief for high pressure protection, high and low pressure cutout switches, temperature actuated crankcase heater, and automatic reset timer to prevent the compressor from rapid cycling. Reciprocating semi -hermetic compressors shall be suction gas cooled, internal pressure relief for high pressure protection, high and low pressure cutout switches, temperature actuated crankcase heater, oil level sight glass, and automatic reset timer to prevent the compressor from rapid cycling. Capacity reduction shall be provided by automatic suction valve unloaders. Each compressor shall start unloaded. Scroll compressors shall be suction gas cooled with high and low pressure cutout switches and automatic reset timer to prevent the compressor from rapid cycling. The compressor shall have radial and axial compliant scroll plates to allow the compressor to handle liquid slugging without damage to the compressor. 2-5.01.08. Refrigerant Circuit. The factory sealed refrigerant system shall consist of compressors, outdoor coils, indoor coils, expansion device, refrigerant dryer, accumulators, refrigerant piping, and a full operating charge of refrigerant. Service gauge connections shall be furnished on the suction, discharge, and liquid lines. Units with multiple compressors shall have multiple circuits with separate expansion device, refrigerant dryer, accumulators, compressor, and refrigerant charge. All factory installed gauges, switches, and other devices connected to the refrigerant circuit shall have isolation valves. 2-5.01.09. Outdoor Coil. The outdoor coil shall be of the air-cooled integral finned tube type. The coil shall be constructed of copper tubes with aluminum fins permanently and securely bonded to the tubes. The coil shall be factory leak and pressure tested. The coils shall be protected with hail guards. Where indicated on the drawings, hot gas bypass shall be installed to provide reduced capacity control. 2-5.01.10. Controls. Each packaged unit shall be completely factory wired and shall have a single point power connection and unit mounted disconnect switch. All wiring shall be installed in accordance with the National Electrical Code. The unit shall be provided with remote control and monitoring panel consisting of system operation switches and signal lights. The signal lights shall be provided for power and other standard points typical to the dual unit lead/lag controller. Packaged units shall be provided with a factory wired control panel containing full voltage magnetic starters for compressor, outdoor fan, and indoor fan motors, and internal control power transformer. Units with multiple compressors shall have a built-in time delay to prevent both - compressors from starting simultaneously. (City of Lubbock, Texas ) 15650 (Southeast Water Reclamation Plant) -13- (Influent Lift Station Rehabilitation ) (B&V PN 140092 } All internal panel wiring shall be neatly run in gutters or bundles to terminal strips for connection of external wiring. All wires and terminal strips shall be numbered or color coded in accordance with the wiring diagram. All internal and external controls, gauges, lights, and switches shall be identified with nameplates. A complete wiring diagram showing the compressor and fan starting circuits and the control circuit shall be furnished. Terminal blocks shall be factory wired to provide terminal points for permissive start for each stage of cooling or cooling and heating from a remotely located control panel or thermostat; terminal points to energize remote dirty filter, heating mode, cooling mode, and service indicating lights; and terminal points to de - energize the unit upon detection of smoke. A thermostat for operation of the unit shall be furnished and installed as indicated and located where indicated on the drawings. As required, the thermostat sensor shall be an automatic changeover type. The number of stages shall be suitable for the unit control and operation. The thermostat shall have a range of approximately 50 to 90OF with at least a 50F deadband between heating and cooling. The thermostat shall have a subbase to control system and fan operation. 2-6. ELECTRICAL. Motor starters and controls shall be furnished and installed under the electrical section, except for equipment with prewired integral starters. Disconnects for equipment shall be furnished and installed under the electrical section, except where specified with integral disconnects. All electrical controls shall have enclosures suitable for the environment and NEMA rating as indicated on the electrical drawings for wiring in conduit. Equipment installed outdoors shall have NEMA Type 4 enclosures. Prewired electric motors installed in packaged equipment are not required to have clamp type grounding terminals in the conduit box or oversized conduit boxes. 2-7. DRIVE UNITS. Drive units shall be designed for 24 hour continuous service. 2-7.01. Adiustable Frequency Drives. Adjustable frequency drives shall be provided as indicated on the drawings and shall be coordinated with the requirements of the associated equipment. The equipment manufacturer shall be responsible for furnishing the adjustable frequency drive, for matching the motor and the drive, and for coordinating the collection of data and the design to limit harmonics to the levels specified. Adjustable frequency drives shall be as covered in the adjustable frequency drives section. 2-7.02. V-Belt Drives. Each V-belt drive shall include a sliding base or other suitable tension adjustment. V-belt drives shall have a service factor of at least 1.6 at maximum speed based on the nameplate horsepower of the drive motor unless otherwise indicated. (City of Lubbock, Texas ) 15650 (Southeast Water Reclamation Plant) -14- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 1 2-7.03. Safety Guards. All belt or chain drives, fan blades, couplings, and other moving or rotating parts shall be covered on all sides by a safety guard. Safety guards shall be fabricated from 16 USS gauge or thicker galvanized or aluminum - clad sheet steel or from 1/2 inch mesh galvanized expanded metal. Each guard shall be designed for easy installation and removal. All necessary supports and accessories shall be provided for each guard. Supports and accessories, including bolts, shall be galvanized. All safety guards in outdoor locations shall be designed to prevent the entrance of rain and dripping water. 2-7.04. Electric Motors. Motors furnished with equipment shall meet the following requirements. a. A manufacturer's standard motor may be supplied on packaged equipment and fans in which case a redesign of the unit would be required to furnish motors of other than the manufacturer's standard design. However, in all cases, totally enclosed motors are preferred and shall be furnished if offered by the manufacturer as a standard option. b. Designed and applied in accordance with NEMA, ANSI, IEEE, AFBMA, and NEC for the duty service imposed by the driven equipment, such as frequent starting, intermittent overload, high inertia, mounting configuration, or service environment. c. Rated for continuous duty at 400C ambient, unless the application is well recognized for intermittent duty service as a standard industry practice. d. Motors used in applications which exceed the usual service conditions as defined by NEMA, such as higher than 400C ambient, altitude exceeding 3,300 feet, explosive or corrosive environments, departure from rated voltage and frequency, poor ventilation, frequent starting, or adjustable frequency drive applications, shall be properly selected with respect to their service conditions and shall not exceed specified temperature rise limits in accordance with ANSI/NEMA MG 1 for insulation class, service factor, and motor enclosure type. e. To ensure long life, motors shall have nameplate horsepower equal or greater than the maximum load imposed by the driven equipment and shall carry a service factor rating as follows: Motor Size Enclosure Service Factor Fractional hp Open 1.15 Other Than Open 1.0 Integral hp Open 1.15 Other Than Open 1.0 f. Designed for full voltage starting. (City of Lubbock, Texas )15650 (Southeast Water Reclamation Plant) -15- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) g. Designed to operate from an electrical system that may have a maximum of 5 percent voltage distortion according to IEEE 519. h. Totally enclosed motors shall have a continuous moisture drain that also excludes insects. i. Bearings shall be either oil or grease lubricated. j. Totally enclosed motors shall be furnished on: (1) Outdoor equipment. (2) Equipment for installation below grade. (3) Equipment operating in chemical feed and chemical handling locations. (4) Equipment operating in wet or dust -laden locations. k. Dripproof motors, or totally enclosed motors at Contractor's option, shall be furnished on equipment in indoor, above -grade, clean, and dry locations. I. Explosionproof motors shall be furnished as specified by applicable codes or as specified in other sections. m. Motors shall be rated as follows: 1. Below 1/2 hp. 115 volts, 60 Hz, single phase; or 240 volts, 60 Hz, single phase. 2. 1/2 hp and above. 460 volts, 60 Hz, 3 phase. Motors used on 208 volt systems shall be 200 volts, 60 Hz, 3 phase. n. All motors shall meet the minimum efficiency standards required by the Energy Policy Act (EPACT) of 1992. o. Motor nameplates shall indicate as a minimum the manufacturer name and model number, motor horsepower, voltage, phase, frequency, speed, full load current, locked rotor current, frame size, service factor, power factor, and efficiency. p. Motors to be used with adjustable frequency drives shall be rated for inverted service. 2-8. SHOP TESTING. The equipment furnished under this section shall be tested at the factory according to the standard practice of the manufacturer. Ratings shall be based on tests made in accordance with applicable AMCA, ASHRAE, ARI, NBS, NFPA, and UL Standards. (City of Lubbock, Texas ) 15650 (Southeast Water Reclamation Plant) -16- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 2-9. BALANCE. All rotating parts shall be accurately machined and shall be in as nearly perfect rotational balance as practicable. Excessive vibration shall be sufficient course for rejection of the equipment. The mass of the unit and its distribution shall be such that the resonance at normal operating speeds is avoided. In any case, the maximum measured root -mean -square (rms) value as measured at any point on the equipment shall not exceed those listed in the latest ASHRAE Applications Handbook. At any operating speed, the ratio of rotative speed to the critical speed of a unit or components thereof shall be less than 0.8 or more than 1.3. PART 3 - EXECUTION 3-1. INSPECTION. Equipment installed in existing facilities with limited access shall be suitable for being installed through available openings. Contractor shall field verify existing opening dimensions and other provisions for installation prior to submittal of bids. 3-2. PREPARATION. 3-2.01. Surface Preparation. All surfaces to be painted shall be dry and free of dirt, dust, sand, grit mud, oil, grease, rust, loose mill scale, or other objectionable substances, and shall meet the recommendations of the paint manufacturer for surface preparation. Cleaning and painting operations shall be performed in a manner which will prevent dust or other contaminants from getting on freshly painted surfaces. Oil and grease shall be completely removed by use of solvents or detergents before mechanical cleaning is started. The gloss of previously painted surfaces shall be dulled if necessary for proper adhesion of top coats. Surface finish damaged during installation shall be repaired to the satisfaction of Engineer. Field painting shall be as specified in the painting section. 3-3. INSTALLATION. Equipment and materials furnished under this section shall _ be installed in proper operating condition in full conformity with the drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer, unless exceptions are noted by Engineer. The space beneath the baseplate shall be grouted as specified in the equipment -. grout section. 3-3.01. Packaged Air Conditioning Units. The packaged air conditioning units shall be installed in accordance with the manufacturer's installation instructions. Each unit shall be leveled and installed to maintain the manufacturer's recommended clearances. The units shall be firmly anchored to the equipment curbs with corrosion resistant fasteners. (City of Lubbock, Texas ) 15650 (Southeast Water Reclamation Plant) -17- _ . (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 3-4. FIELD QUALITY CONTROL. 3-4.01. Installation Check. When required, an experienced, competent, and authorized representative of the manufacturer shall visit the site of the Work and inspect, check, adjust if necessary, and approve the equipment installation. The representative shall be present when the equipment is placed in operation in accordance with Section 01650 and shall revisit the jobsite as often as necessary until all trouble is corrected and the equipment installation and operation are satisfactory in the opinion of Engineer. The manufacturer's representative shall furnish a written report certifying that the equipment has been properly installed and lubricated; is in accurate alignment; is free from any undue stress imposed by connecting piping or anchor bolts; and has been operated under full load conditions and that it operated satisfactorily. All costs for these services shall be included in the Contract Price. 3-4.02. Startup and Testing. After the equipment and systems have been installed, adjusted, and balanced, tests shall be conducted to demonstrate that each system is functioning as specified and to the satisfaction of Engineer. Tests shall be as indicated in the startup requirements section. If inspection or tests indicate defects, the defective work or material shall be replaced, and inspection and tests repeated. All repairs to piping shall be made with new materials. Caulking of threaded joints or holes will not be acceptable 3-4.03. Operator Instruction and Training. After completion of the field testing, operator instruction and training on equipment and system operation shall be provided as required. The training should provide a complete overview of all equipment, testing, adjusting, operation, and maintenance procedures. The training shall take the form of classroom instruction and shall cover: a. Documentation in the final Operation and Maintenance Manuals. b. Use the Operation and Maintenance Manuals. c. Equipment and system startup and shutdown. d. System operation procedures for all modes of operation. e. Procedures for dealing with abnormal conditions and emergency situations for which there is a specified system response. The training shall take the form of classroom sessions at the project site conducted by the equipment manufacturer representatives who are knowledgeable and familiar with the project. Hands-on instruction and training will be conducted so that actual operation and maintenance of the equipment and systems can be performed by Owner upon completion of the training. The length of the operator instruction and training shall be as required. (City of Lubbock, Texas ) 15650 (Southeast Water Reclamation Plant) -18- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) At least two weeks prior to the proposed date for the operator instruction and training session, Contractor shall notify Engineer and shall submit an outline for the proposed operator instruction and training session. The proposed outline shall be approved before any training is conducted. 3-5. CLEANING. At the completion of testing, all equipment, pipes, ductwork, valves, and fittings shall be cleaned of grease, debris, metal cuttings, and sludge. Any stoppage, discoloration, or other damage to parts of the building, its finish, or furnishings shall be repaired at no additional cost to Owner. End of Section (City of Lubbock, Texas ) 1565 (Southeast Water Reclamation Plant) -19- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 16050 ELECTRICAL Data Sheet Para- Description Data Units raph eneral 1-1 Install equipment and wiring device l.: Yes urnished by OWNER. E No 1-2.01 General Equipment Requirements. Yes No 1-3 Listed or labeled by approved Yes testing laboratory. No 1-4.02 Cable identification with wire Heat shrink type with custom typed B markers. numbers Self -laminating write -on type Power Service Entrance -1 Power service entrance required. C Yes C- No Power entrance and metering l- Meter board, socket and test cabinet devices. F Meter trans-Vrner cabinet Disconnect, ground, conduit and fittings (" Other When "Other" is selected, indicate alternative. Underground materials required. Trenching and backfiii Ducts Berke cables r concrete r Other VVhen "Other" is selected, indicate alternative. Telephone Service Entrance -2Telephone service entrance Yes required. No (City of Lubbock, Texas ) 16050 (Southeast Water Reclamation Plant) -1- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Telephone entrance. r- Conduit, weathe heaad and ler''f1ination box Underground cored iit mth plywood termination beard i 4'it by4??[1.2nngay1.2m] T'4ftby8ttt1.2rnby2.4rrm] I Ot.h r When "Other" is selected, indicate alternative. Cable Products -3.01 Lighting cable required. Yes No Lighting cable types. Figure 1-16050 for 10 and 12 AWG, THHN-THWN Figure 2-16050 for 8 AWG and larger, XHHW r Figure 3-16050 for 8 AWG and larger, THHN-THWN �- Figure 13-16050 for 8 AWG and larger, RHH-RHW-USE -3.02 600 volt power cable required. [; Yes No Power cable types. Figure 2-16050 for XHHW r Figure 3-16050 for THHN-THHW Figure 13-16050 for RHH-RHW-USE -3.03 Instrument cable required. Yes [� No Instrument cable types. W Figure 4-16050 for single pair 17' Figure 5-16050 for single triad r Figure 6-16050 for multiple pair and/or triad -3.04 Multiconductor control cable required. 0 Yes [; No Control cable types. I✓ Figure 7-16050 for 14 AWG THHN- THWN r Figure 8-16050 for 12 AWG THHN- THWN -3.05 Medium voltage power cable required. Yes C No (City of Lubbock, Texas ) 16050 (Southeast Water Reclamation Plant) -2- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Medium voltage power cable types. r- Fioure 9-16050 for 8 kV EPR 2-3.06 Tray cable required. Yes No Tray cable types. Figure 11 -16050 for 3 cond XLP 2-3.07 Metal clad lighting cable required. Yes (Figure 14-16050) No Raceways 2-4 Raceways required. rv- Rigid steel conduit r- Intermediate metal conduit tv— Liquidtight flexible metal conduit r- Utility (PVC) duct rv- Rigid nonmetallic (PVC) conduit W PVC coated rigid steel conduit r- Electrical metallic tubing (EMT) I— Rigid aluminum conduit (RAC) Other When "Other" is selected, indicate Lighting Panels 2-8 Lighting panels required. Yes No Minimum breaker interrupting 10,000 amp [A] rapacity at rated voltage. 22,000 Other When "Other" is selected, indicate amp [A) DIS 2-9 Power panels requirea. Yes No With neutral. Yes No inimum breaker interrupting C 10;000 amp [A) (City ofLubbock, Texas ) 16050 (Southeast Water Reclamation Plant ) -3- (|nfluontLift Station Rehabilitation ) (B&VPN14OO92 ) Minimum breaker interrupting 1 ,rr0 amp [A] capacity at 277 volts. [; 25,000 55.000 Minimum breaker interrupting 14,000 amp [A] capacity at 480 volts. 25.000 65,000 Buses. F Insulated neutral r Ground bras Removable bond to neutral bus Transient Voltage Surge Suppression -10 Transient voltage surge Yes suppression required. No Lighting panel(s) connection type. Direct Connection Connected via Disconnect Switch Power panel(s) exposure level. High Exposure Level Medium -High Exposure Level Medium Exposure Level See table Power panel(s) connection type.',,, Direct Connection Connected via Disconnect Switch Retrofit of existing equipment. [ ; Yes [- No Retrofit TVSS enclosures required. No (Install integral'. Yes (See table) Retrofit TVSS connection type. '' Direct Connection F Connected xAa Disconnect Svjitch Voltage, phase. 170 120/240 1-phase ii 120/208 3-phase r 240 3-phase 3W r 240 3-phase 4W 480 3-phase 3W " 480 3-phase 4W r Other (City of Lubbock, Texas ) 16050 (Southeast Water Reclamation Plant) -4- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) -10.8 TVSS Options Dual Form "C" Dry contacts. C Yes No Motor Starters -11 Motor starters required. Yes No Minimum NEMA size (3 phase). Size 0 Size 1 Minimum starter interrupting C 14,000 amp [A] capacity at 480 volts (3 phase). 25,000 65,000 Minimum starter interrupting 10,000 amp [A] capacity at 240 volts (1 phase). 22.000 Manual Starters -12 Manual starters required. Yes No Control Stations -13 Control stations required. Yes No If "Yes" is selected, emergency C Yes break glass switches required. No ircuit Breakers -14 Circuit breakers required. Yes E; No Minimum breaker interrupting [14,000 amp [A] capacity at 480 volts. 25,000 65.000 Disconnect Switches 12-1.5 (Disconnect switches requirea IC Nos I -16 IT ransformers required. E YesII C No Power Centers -17 Power centers required.0 Yes C No Factor (City of Lubbock, Texas ) 16050 (Southeast Water Reclamation Plant) -5- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) -18 Power factor capacitors required. Yes No Lighting Contactors -19 Lighting contactors required. Yes E; No Photoelectric Controls -20 Photoelectric controls required. Yes No Relay Enclosures -21 Relay enclosures required. Yes No Alarm Horn and Beacon -22 Alarm horn and beacon required. [; Yes E No Heat -Traced Piping -23 Heat traced piping required.; Yes [•; No Door Entry Switches -24 Door entry switches required. Yes E No Arc Flash Hazard Analysis 3-2 Arc Flash Hazard Analysis required. Yes No Coordination Report 3-3 Coordination report required. Yes No Power and Telephone Service Entrances Installation 3-4 Name of electric utility. N/A Electric utility contact person and telephone number. Name of telephone utility. Telephone utility contact person and telephone number. Cable Installation 3-6 Underground cable pulling procedure required. C Yes [; No When "Yes" is selected, indicate circuit numbers. Cable insulation testing required. Yes E No (City of Lubbock, Texas ) 16050 (Southeast Water Reclamation Plant) -6- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Conduit Installation 3-7 At specified locations. Rigid steel Intermediate metal Heliax coaxial cable required. Yes No Underground conduit required. Yes No If "yes" is selected, indicate type of PVC Utility duct oncrete encased underground Schedule 40 PVC onduit. Reuse of existing conduits allowed. [ Yes No Grounding 3-10.02 Maximum grounding system 25 ohms resistance. 10 ohms 5 ohms Not required (Comply with National Electrical Code) 3-10.03 Grounding system testing required. Yes No Buildings or structures required Each new building or structure esting. grounding system 1771 Each existing building or StFUCture grounding system indicated below Existing buildings or structures to be ested. Modifications to Existing Equipment 3-13 Modifications to existing equipment * Yes required. C No (City of Lubbock, Texas ) 16050 (Southeast Water Reclamation Plant) -7- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 16050 ELECTRICAL PART 1 - GENERAL 1-1. SCOPE. This section covers the furnishing and installation of all equipment and materials needed for the electrical requirements of this contract. It also covers conduit, wiring, and terminations for electrical equipment installed under Section 16100. This section covers the installation and interconnection of electrical equipment furnished under other sections, except electrical items designated to be installed under those sections. As required, this section covers installation of equipment furnished by OWNER. Both inch -pound (English) and SI (metric) units of measurement are specified herein; the units of measurement shall be as indicated on the top of the Data Sheet. 1-1.01. Terminology. When the phrase "as required" is stated in this section it shall mean "as required in the Data Sheet". 1-2. GENERAL. Electrical apparatus on all equipment shall be installed complete and placed in readiness for proper operation. Electrical materials furnished and installed under this section shall be fabricated, assembled, erected, and placed in proper operating condition in full conformity [ with the drawings, specifications, engineering data, instructions, and r recommendations of the equipment manufacturer, unless exceptions are noted by ENGINEER. 1-2.01. General Equipment Requirements. As required, the General Equipment Requirements shall apply to all equipment provided under this section. 1-2.02. Coordination. Electrical work shall conform to the construction schedule and the progress of other trades. 1-2.03. Anchor Bolts and Expansion Anchors. All anchor bolts, nuts, washers, and expansion anchors shall comply with section 05550, Anchorage in Concrete and Masonry, except smaller than 3/4 inch [19 mm] will be permitted to match NEMA standard size bolt holes on motors and electrical equipment. (City of Lubbock, Texas ) 16050 (Southeast Water Reclamation Plant) -8- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 1-2.04. Drawings. Supplementing this section, the drawings indicate locations of equipment and enclosures and provide one -line and schematic diagrams regarding the connection and interaction with other equipment. 1-3. CODES AND PERMITS. All work shall be performed and materials shall be furnished in accordance with the NEC - National Electrical Code, the NESC - National Electrical Safety Code, and the following standards where applicable: ANSI American National Standards Institute. ASTM American Society for Testing and Materials. AWG American Wire Gauge. Fed Spec Federal Specification. ICEA Insulated Cable Engineers Association. IEEE Institute of Electrical and Electronics Engineers. - IESNA Illuminating Engineering Society of North America. -- NEIS National Electrical Installation Standards NEMA National Electrical Manufacturers Association. NFPA National Fire Protection Association. UL Underwriters' Laboratories. As required, equipment covered by this section shall be listed by UL, or by a nationally recognized third party testing laboratory. All costs associated with obtaining the listing shall be the responsibility of CONTRACTOR. If no third - party testing laboratory provides the required listing, an independent test shall be performed at CONTRACTOR's expense. Before the test is conducted, CONTRACTOR shall submit a copy of the testing procedure to be used. 1-4. IDENTIFICATION. 1-4.01. Conduit. Conduits in manholes, handholes, building entrance pull boxes, junction boxes, and equipment shall be provided with identification tags. Identification tags shall be 19 gage [1 mm thick] stainless steel, with 1/2 inch [13 mm] stamped letters and numbers as indicated on the drawings. Identification tags shall be attached to conduits with nylon tie wraps and shall be positioned to be readily visible. 1-4.02. Cable. Except for lighting and receptacle circuits, each individual wire in power, control, indication, and instrumentation circuits shall be provided with identification markers at the point of termination. The wire markers shall be of the heat -shrinkable tube type, with custom typed identification numbers. (City of Lubbock, Texas ) 16050 (Southeast Water Reclamation Plant) -9- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) The wire numbers shall be as indicated on the equipment manufacturer's drawings. The wire markers shall be positioned to be readily visible for inspection. Power wires shall be color coded with electrical tape or colored wire jacket; white-N, black, and red for 120/240 volt, 3-wire; and gray-N, brown, orange and yellow for 480/277 volt, 4-wire circuits. 1-4.03. Motor Starters. Not used. 1-4.04. Control Stations. Control stations shall be provided with nameplates identifying the related equipment. Pilot controls and indicating lights shall have engraved or etched legends ("start', "stop", etc.) as indicated on the drawings. Nameplates shall be laminated black -over -white plastic, with 1/8 inch [3 mm] engraved letters, and shall be securely fastened to the control stations. 1-4.05. Circuit Breakers. Not used. 1-4.06. Disconnect Switches. All switches shall have front cover -mounted permanent nameplates that include switch type, manufacturer's name and catalog number, and horsepower [kW] rating. An additional nameplate, engraved or etched, laminated black -over -white plastic, with 1/8 inch [3 mm] letters, shall be provided to identify the associated equipment. Both nameplates shall be securely fastened to the enclosure. 1-5. SUBMITTALS. Complete assembly, foundation, and installation drawings, together with complete engineering data covering the materials used, parts, devices, and accessories forming a part of the WORK PERFORMED BY THE CONTRACTOR, shall be submitted in accordance with the submittals section. The drawings and data shall include, but shall not be limited to, the following: Drawings and data. Operating manuals. Samples. 1-5.01. Submittal Identification. Information covering all materials and equipment shall be submitted for review in accordance with the submittals section. Each sheet of descriptive literature submitted shall be clearly marked to identify the material or equipment as follows: a. Lamp fixture descriptive sheets shall show the fixture schedule letter, number, or symbol for which the sheet applies. (City of Lubbock, Texas ) 16050 (Southeast Water Reclamation Plant) -10- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) b. Equipment and materials descriptive literature and drawings shall show the specification paragraph for which the equipment applies. c. Sheets or drawings covering more than the item being considered shall have all inapplicable information crossed out. d. A suitable notation shall identify equipment and materials descriptive literature not readily cross-referenced with the drawings or specifications. e. Schematics and connection diagrams for all electrical equipment shall be submitted for review. A manufacturer's standard connection diagram or schematic showing more than one scheme of connection will not be accepted, unless it is clearly marked to show the intended connections. f. Transient voltage surge suppressor submittals shall include drawings (including unit dimensions, weights, component and connection locations, mounting provisions, and wiring diagrams), all testing documentation as specified herein, equipment manuals that detail the installation, operation and maintenance instructions for the specified unit(s), and manufacturer's descriptive bulletins and product sheets. CONTRACTOR shall submit the name and qualifications of the Engineering and Testing Services firm proposed to perform the coordination study and the on site testing. Within 90 days after the Notice to Proceed, CONTRACTOR shall furnish a submittal for all types of cable and conduit to be provided. The submittal shall include the cable manufacturer and type, and sufficient data to indicate that the cable and conduit meet the specified requirements. In addition to the complete specifications and descriptive literature, a sample of the largest size of each type of cable shall be submitted for review before _.. installation. Each sample shall include legible and complete surface printing of the cable identification. 1-6. PROTECTION AND STORAGE. During construction, the insulation on all electrical equipment insulation shall be protected against absorption of moisture, and metallic components shall be protected against corrosion by strip heaters, lamps, or other suitable means. This protection shall be provided immediately upon receipt of the equipment and shall be maintained continuously. PART 2 - PRODUCTS 2-1. POWER SERVICE ENTRANCE. Not used. 2-2. TELEPHONE SERVICE ENTRANCE. Not used. (City of Lubbock, Texas ) 16050 (Southeast Water Reclamation Plant) -11- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 2-3. CABLE. All cables of each type (such as lighting cable or 600 volt power cable) shall be from the same manufacturer. All types of cable shall conform to the Cable Data Figures at the end of this section and as described herein. 2-3.01. Lighting Cable. As required, lighting cable (Figure 1-16050 THHN-THWN) shall be provided only in lighting and receptacle circuits operating at 277 volts or less. Lighting and receptacle circuits, 8 AWG [10 mm2] or larger, shall be as specified for 600 volt (Figure 2-16050 XHHW), (Figure 3-16050 THHN-THWN), or (Figure 13-16050 RHH-RHW USE) power cable as required. 2-3.02. 600 Volt Power Cable. As required, cable in power, control, indication, and alarm circuits operating at 600 volts or less, except where lighting, multiconductor control, and instrument cables are permitted, shall be 600 volt (Figure 2-16050 XHHW-2), (Figure 3-16050 THHN-THWN), or (Figure 13-16050 RHH-RHW USE) power cable as required. 2-3.03. Instrument Cable. As required, cable for electronic circuits to instrumentation, metering, and other signaling and control equipment shall be two- or three -conductor instrument cable twisted for magnetic noise rejection and protected from electrostatic noise by a total coverage shield. Types of instrument cables shall be (Figure 4-16050 single pair), (Figure 5-16050 single triad), or (Figure 6-16050 multiple pair and/or triad) as required. - 2.3.04. Multiconductor Control Cable. When indicated on the drawings or as required, cable in control, indication and alarm circuits shall be multiconductor. Cable shall be (Figure 7-16050 14 AWG THHN-THWN) or (Figure 8-16050 12 AWG THHN-THWN) as required. 2-3.05. Medium Voltage Power Cable. Not used. 2-3.06. Tray Cable. Not used. ; 2-3.07. Metal Clad Lighting Cable. Not used. 2-4. CONDUIT. As required, conduit and raceways shall be as described in the following paragraphs: 2-4.01. Rigid Steel Conduit. Rigid steel conduit shall be heavy wall, hot -dip galvanized, shall conform to ANSI C80.1, and shall be manufactured in accordance with UL 6. 2-4.02. Intermediate Metal Conduit (IMC). Not used. (City of Lubbock, Texas ) 16050 (Southeast Water Reclamation Plant) -12- (influent Lift Station Rehabilitation ) (B&V PN 140092 ) 2-4.03. Liquidtight Flexible Metal Conduit. Liquidtight flexible metal conduit shall be hot -dip galvanized steel, shall be covered with a moistureproof polyvinyl chloride jacket, and shall be UL labeled. 2-4.04. Utility (PVC) Duct. Not used. 2-4.05. Rigid Nonmetallic (PVC) Conduit. PVC conduit shall be heavy wall, Schedule 40, UL labeled for aboveground and underground uses, and shall conform to NEMA TC-2 and UL 651. 2-4.06. PVC -Coated Rigid Steel Conduit. The conduit shall be rigid steel. Before the PVC coating is applied, the hot -dip galvanized surfaces shall be coated with a primer to obtain a bond between the steel substrate and the coating. The PVC coating shall be bonded to the primed outer surface of the conduit. The bond on conduit and fittings shall be stronger than the tensile strength of the PVC coating. The thickness of the PVC coating shall be at least 40 mils [1000 {gym]. A chemically cured two-part urethane coating, at a nominal 2 mil [50 pm] thickness, shall be applied to the interior of all conduit and fittings. The coating shall be sufficiently flexible to permit field bending the conduit without cracking or flaking of the coating. Every female conduit opening shall have a PVC sleeve extending one conduit diameter or 2 inches [50 mm], whichever is less, beyond the opening. The inside diameter of the sleeve shall be the same as the outside diameter of the conduit before coating. The wall thickness of the sleeve shall be at least 40 mils [1000 pm]. All fittings, condulets, mounting hardware, and accessories shall be PVC -coated. All hollow conduit fittings shall be coated with the interior urethane coating described above. The screw heads on condulets shall be encapsulated by the - manufacturer with a corrosion -resistant material. PVC coated rigid steel conduit shall be manufactured by Ocal, Perma-Cote, or Robroy. 2-4.07. Electrical Metallic Tubing (EMT). Not used. 2-4.08. Rigid Aluminum Conduit (RAC). Not used. 2-5. WIRING DEVICES, BOXES, AND FITTINGS. Concealed conduit systems shall have flush -mounted switches and convenience outlets. Exposed conduit systems shall have surface -mounted switches and convenience outlets. (City of Lubbock, Texas ) 16050 (Southeast Water Reclamation Plant) -13- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 2-5.01. Conduit Boxes and Fittings. a. Galvanized or cadmium plated, threaded, malleable iron boxes and fittings shall be manufactured by Crouse -Hinds, Appleton, or O Z Gedney. In applications utilizing aluminum conduit systems, aluminum boxes and fittings manufactured by Crouse -Hinds, Appleton, or O Z Gedney shall be installed. b. Rigid PVC device boxes and fittings shall be manufactured by Carlon or Cantex. c. Sheet steel device boxes shall be manufactured by Appleton, Raco, or Steel City. d. PVC coated device boxes shall be manufactured by Ocal, Perma-Cote, or Robroy Industries. e. Hub arrangements on threaded fittings shall be the most appropriate for the conduit arrangement to avoid unnecessary bends and fittings. 2-5.02. Device Plates. a. Galvanized or cadmium -plated device plates shall be used on surface mounted outlet boxes where weatherproof plates are not required. b. Device plates on flush mounted outlet boxes where weatherproof plates are not required shall be AISI Type 302 stainless steel, Eagle "93nnn series", Hubbell "S series", or Leviton "840nn-40 series"; nylon or polycarbonate, Eagle "513nV series", Hubbell "Pn series", or Leviton "807nn-I series". c. Device plate mounting hardware shall be countersunk and finished to match the plate. d. Device plates for switches outdoors or indicated as weatherproof shall have provisions for padlocking switches "On" and "Off', and shall be Appleton "FSK-1VS", Crouse -Hinds "DS185" or O Z Gedney "FS-1-WSCA'. e. Device plates for receptacles indicated as weatherproof shall be Appleton "FSK-WRD", Crouse -Hinds "WLRD1 ", or O Z Gedney "FS-1-WDCA. Flush -mounted, weatherproof plates shall be provided with adapter plates, Appleton "FSK-SBA" or Crouse -Hinds "FS031". g. Device plates for ground fault interrupter receptacles indicated to be weatherproof shall be Appleton "FSK-WGFI", Eagle "966", or O Z Gedney "FS-1-GFCA". (City of Lubbock, Texas ) 16050 (Southeast Water Reclamation Plant) -14- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) t_ h. Receptacle covers outdoors or otherwise indicated to be weatherproof while in -use shall be die cast aluminum and shall include a padlock eye. Covers for standard convenience outlets shall be Hubbell "WPBM" or Thomas and Betts Red Dot "CKMDV". Covers for ground fault interrupter receptacles shall be Hubbell "WP26M" or Thomas and Betts Red Dot "CKMGV". i. Engraved device plates, where required, shall be manufactured by Leviton, or equal. J. Device plates on PVC conduit fittings shall be Carlon "E98 Series" or Cantex "513300 Series". �2-5.03. Wall Switches. a. Switches on ac lighting panel load circuits through 277 volts shall be 20 amperes, 120/277 volts, Eagle "2221V" through "2224V", Hubbell "HBL 12211" through "HBL 12241", or Leviton "1221-21" through "1224-21". b. Switches for pulse control of lighting contactors shall be 20 amperes, 120/277 volts, momentary, double -throw, center "Off', Eagle "2220V, Hubbell "15571" or Leviton "1257-I". c• Switches on ac lighting panel load circuits through 277 volts in Class I, Division 1 and Division 2, Group D hazardous areas indicated on the drawings shall be 20 ampere, 120/277 volts. Hazardous area switches shall be factory sealed tumbler switches, Appleton "EDS" or Killark "FXS". 2-5.04. Receptacles. a. Standard convenience outlets shall be duplex, three -wire, grounding, 20 amperes, 125 volts, Eagle "5362V", Hubbell "53621" or Leviton "5362-1" for 120 volt circuits, and 250 volts, Eagle "5462V", Hubbell "54621" or Leviton "5462-1" for 240 volt circuits. b. Ground fault circuit interrupter receptacles shall be duplex, 20 amperes, 125 volts, Eagle "GF8300V", Hubbell "GF53621" or Leviton "8899-1". c. Welding receptacles shall be 30 amperes, 600 volts, 3 phase, with grounding conductors connected through a fourth pole, Appleton "ACRE3034-100", Crouse -Hinds "AR348" plus "ARRC33" and "AR30" or Leviton " 430M15W". One matching plug, Appleton "ACP3034BC", Crouse -Hinds "APJ3485" or Leviton "430135W" with appropriate woven grip and plug cap, shall be furnished for the cable size directed by OWNER. d. Welding receptacles shall be 60 amperes, 240 volts, 3 phase, with grounding conductors connected through a fourth pole, Appleton (City of Lubbock, Texas ) 16050 (Southeast Water Reclamation Plant) -15- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) "ACRE6035-150", Crouse -Hinds "AREA6485" or Leviton "460M19W'. One matching plug, Appleton "ACP6034BC", Crouse -Hinds "APJ6485" or Leviton "460P9W' with appropriate woven grip and plug cap, shall be furnished for the cable size directed by OWNER. e. Receptacles in Class I, Division 1 and Division 2, Group D hazardous areas indicated on the drawings shall be three -wire, grounding, 20 amperes, 125 volts. Hazardous area receptacles shall be factory sealed, with an integral switch that is only activated when an approved matching plug is fully inserted and rotated into the engaged position. Hazardous area receptacles shall be Appleton "ENR", Crouse -Hinds "ENR", or Killark "UGR". 2-5.05. Special Outlets. Clock outlets shall be Eagle "93632", Hubbell "5235" or Leviton "5261-CH". 2-6. JUNCTION BOXES, PULL BOXES, AND WIRING GUTTERS. Indoor boxes (larger than switch, receptacle, or fixture type) and gutters shall be constructed of sheet steel, shall be galvanized after fabrication, and shall be rigidly supported by hot -dip galvanized hardware and framing materials, including nuts and bolts. Indoor boxes and gutters in corrosive areas indicated on the drawings and outdoor boxes and gutters shall be NEMA Type 4X, ABS or stainless steel and shall be rigidly supported by PVC -coated or stainless steel framing materials. Mounting hardware, which includes nuts, bolts, and anchors, shall be stainless steel. All damaged coatings shall be repaired according to the manufacturer's instructions. Bolt -on junction box covers 3 feet [900 mm] square or larger, or heavier than 25 Ibs [11 kg], shall have rigid handles. Covers larger than 3 by 4 feet [900 by 1200 mm] shall be split. Where indicated on the drawings, junction and pull boxes with a removable side opposite the underground conduits shall be provided over building ends of underground conduit banks. Boxes shall be sized in accordance with the National Electrical Code, including space for full size continuations of all underground conduits not originally continued. Conduit arrangement shall leave maximum space for future conduits. 2-7. LIGHTING FIXTURES. Lighting fixtures shall be furnished as described in the fixture schedule and as indicated on the drawings. Lighting fixtures shall be furnished complete with lamps. Pendant fixtures shall have swivel type box covers and threaded conduit pendants unless otherwise specified. (City of Lubbock, Texas ) 16050 (Southeast Water Reclamation Plant) -16- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 2-7.01. Electronic Ballasts. Electronic ballasts furnished with fluorescent type lighting fixtures shall be CBM certified as meeting requirements of ANSI C82.11 with a THD level of not more than 20 percent. 2-8. LIGHTING PANELS. Unless otherwise specified, each lighting panel shall be a dead -front, 120/240 volt, single phase or 120/208 volt, three phase panelboard with circuit breakers, in accordance with the drawings and the following: 2-8.01. Cabinet. The panel shall have a flush -mounted or surface -mounted enclosure with a NEMA designation appropriate for the location where it will be installed. The enclosure shall have a hinged trim (cover). Breaker operating handles shall be accessible through a latched, lockable, door. At the completion of the contract, a neatly printed or typed directory listing the panel and circuit identities shall be mounted inside the door. 2-8.02. Circuit Breakers. Circuit breakers shall be thermal -magnetic, bolt -in, individually front replaceable, and shall indicate "On", "Off', and "Tripped". Breakers indicated as multiple -pole shall be common trip. Breakers shall have interrupting ratings not less than 10,000 or 22,000 amperes as required. Handle clips to prevent casual operation of breakers shall be provided for 10 percent (at _. least two) of the breakers and applied to the circuits directed. Breakers and provisions for future breakers shall be provided in the quantities, number of poles, and ampere ratings indicated on the drawings. 2-8.03. Buses. The panel shall have main and neutral buses insulated from the cabinet, and a ground bus. Buses shall be copper, with ampere ratings and main lugs or breaker as indicated. The ground bus shall be similar to a neutral bus and shall have a good ground connection to the cabinet, a removable bond to the neutral bus, clamp type lugs for the ground cable in each supply conduit, and connections for a ground cable in each load conduit. 2-9. POWER PANELS. Not used. 2-10. TRANSIENT VOLTAGE SURGE SUPPRESSION. 2-10.01. Scope. Transient voltage surge suppression (TVSS) devices shall be 4 n provided as specified herein and as indicated on the drawings. Each unit shall be designed for parallel connection to the wiring system and shall utilize non -linear voltage -dependent metal oxide varistors (MOV) in parallel. TVSS devices shall be furnished and installed for the electrical equipment indicated on the drawings and designated in this section as required and as specified herein. All new lighting and power panels shall be furnished with integral TVSS devices. 2-10.02. Standards. The specified unit shall be designed, manufactured, tested and installed in compliance with the following standards: (City of Lubbock, Texas ) 16050 (Southeast Water Reclamation Plant) -17- ` ' (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) ANSWEEE C62.41 and C62.45; ANSI/IEEE C62.1 and C62.11; National Electrical Manufacturers Association (NEMA LS1 Guidelines); National Fire Protection Association (NFPA 20, 70 [NEC], 75, and 78); Underwriters Laboratories UL 1449 Second Edition and 1283 The unit shall be UL 1449 Second Edition Listed as a Transient Voltage Surge Suppressor and UL 1283 Listed as an Electromagnetic Interference (EMI) Filter. 2-10.03. Environmental Requirements. a. Operating Temperature: -40OF to +140°F [-40°C to +600C]. b. Relative Humidity: Reliable operation with 5 percent to 95 percent non - condensing. 2-10.04. Electrical Requirements. a. Unit Operating Voltage. The nominal unit operating voltage and configuration shall be as indicated on the drawings. b. Maximum Continuous Operating Voltage (MCOV). The TVSS device shall be designed to withstand a MCOV of not less than 115 percent of nominal RMS voltage. c. Operating Frequency. Operating frequency range shall be 47 to 63 Hertz. d. Protection Modes. All protected modes are defined per NEMA LS-1, Paragraph 2.2.7. Following IEEE Standard 1100, section 9.11.2 recommendations, Four -wire configured systems shall provide, Line -to - Neutral (L-N), Line -to -Ground (L-G), and Neutral -to -Ground (N-G), and Line -to -Line (L-L) protection. Three -wire configured systems shall provide, Line -to -Line (L-L) protection and Line -to -Ground (L-G) protection. e. Rated Single Pulse Surge Current Capacity. The rated single pulse surge current capacity, in amps, for each mode of protection of the unit shall be as required and shall be no less than listed in the following table. Lighting panels shall be rated for the low exposure level capacity unless otherwise noted. (City of Lubbock, Texas ) 16050 (Southeast Water Reclamation Plant) -18- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) L-N L-G N-G L-L High Exposure Level 120 kA 120 kA 120 kA 120 kA Medium -High Exposure Level 100 kA 100 kA 100 kA 100 kA Medium Exposure Level 80 kA 80 kA 80 kA 80 kA Low Exposure Level 160 kA 160 kA 40 kA 60 kA f. UL 1449 Second Edition Suppression Voltage Rating (SVR). The maximum SVR per mode for the device (inclusive of disconnect) shall be as required and shall not exceed the following: Voltage L-N L-G N-G L-L 120/240 1-phase 500 V 500 V 500 V 800 V 120/208 3- hase 500 V 500 V 500 V 800 V 240 V 3W 800 V 800 V 240 V 4W 800 V 800 V 500 V 1500 V 480 V 3W 1500 V 1800 V 480 V 4W 900 V 1000 V 1500 V 1800 V g. Noise Attenuation. EMI noise rejection or attenuation values shall be measured in accordance with test and evaluation procedures outlined in NEMA LS-1. The unit shall be capable of a minimum -40 dB attenuation at 100kHz when tested per the 50 ohm insertion loss method as defined by MIL-STD-220A. h. Minimum Repetitive Surge Current Capacity. The minimum number of repetitive surges per mode as a result of testing a 20 kV, 10kA ANSI/IEEE _.t C62.41 Category C3 surge current with less than a 10 percent degradation of clamping voltage shall be as follows: For integral and external installation and power panels: 5,000. For lighting panels: 3,500. i. Overcurrent Protection. At high and medium -high exposure levels, the TVSS device shall incorporate internal fusing capable of interrupting, at minimum, up to 200 kA symmetrical fault current with 600 volts ac applied. At medium and low exposure levels, the TVSS device shall incorporate internal fusing capable of interrupting, at minimum, up to 65kA symmetrical fault current with 600 volts ac applied. The device shall be capable of allowing passage of the rated maximum surge current for every mode without fuse operation. j. Unit Status Indicators. The unit shall include long -life, externally visible phase indicators that monitor the on-line status of the unit. (City of Lubbock, Texas ) 16050 (Southeast Water Reclamation Plant) -19- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 2-10.05. Testing Documentation. Contractor shall submit documentation of third party testing from a nationally recognized testing laboratory (NRTL) for the following: a. Single Pulse Surge Current Capacity Testing. Verify that the suppressor components can survive the published surge current rating for each mode and for each phase using the ANSI/IEEE C62.41, 8 x 20 microsecond current wave. b. Minimum Repetitive Surge Current Capacity Testing. Confirm the minimum number of repetitive surges per mode the device can protect against with less than a 10 percent degradation of clamping voltage as a result of testing a 20 kV, 10kA ANSI/IEEE C62.41 Category C3 surge current. c. UL 1449 Second Edition Testing. Provide verification that the TVSS device complies with these ratings. d. Overcurrent Protection Testing. Verify that the total surge current can be passed through the fuse with no charring, flames, or projection of materials. Testing of the fuse only will not be acceptable for this requirement. Testing shall indicate the lowest possible surge that can disrupt the fusing. Confirm that the fuse can withstand the rated fault current. Testing shall be conducted in both high and low impedance fault conditions and shall confirm no charring, flaming, or projection of materials. e. Let -through Voltage Testing. Supply an oscilloscope graph for each of the following wave forms tested in accordance with ANSI/IEEE C62.45: ANSI/IEEE Category C3 combination wave (20 kV, 10kA, 8 x 20 microsecond impulse). ANSI/IEEE Category C1 combination wave (6 kV, 3kA, 8 x 20 microsecond impulse). ANSI/IEEE Category B3 ringwave (6 kV, 500 A, 100 kHz). f. EMI Testing. Provide spectrum analysis based on MIL -STD 220A test procedures between 50 kHz and 200 kHz. 2-10.06. Warranty. The manufacturer shall provide a minimum Five Year Limited Warranty from date of shipment against failure when installed in compliance with applicable national/local electrical codes and the manufacturer's installation, operation and maintenance instructions. 2-10.07. Installation. The TVSS devices shall be installed according to the manufacturer's recommendations. If possible for the integral units, provide direct bus connections. (City of Lubbock, Texas ) 16050 (Southeast Water Reclamation Plant) -20- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 2-10.08. Options. a. Disconnect Switch. Not Used. b. Enclosure. As required for the TVSS units to be mounted externally of the protected electrical equipment, provide NEMA rated enclosures suitable for the locations indicated on the drawings. c. Dual Form "C" Dry Contacts. As required, the TVSS system shall be provided with a set of form "C" dry contacts (normally open and normally closed) to facilitate connection to a plant control system or other remote monitoring system. The contacts shall be normally open or normally closed and shall change state upon any alarm condition. 2-10.09. Acceptable Manufacturers. Integral TVSS devices shall be manufactured by Cutler -Hammer, General Electric, Siemens Energy & -= Automation, or Square D. External TVSS devices shall be manufactured by Cutler -Hammer, General Electric, Siemens Energy & Automation, Square D, Control Concepts, or Current Technology. The products of other manufacturers will not be acceptable. 2-11. SEPARATELY ENCLOSED MOTOR STARTERS. Not used. 2-12. SEPARATELY ENCLOSED MANUAL STARTERS. Not used. 2-13. CONTROL STATIONS. Control stations shall be provided as indicated on the one -line diagrams or schematics or as required by the equipment furnished. Pilot devices shall be 30.5 mm heavy-duty, oiltight construction, and shall perform the functions indicated. Pilot lights shall be full voltage type with LED lamps. Indoor control stations shall have NEMA Type 13 enclosures. Control stations outdoors or indicated to be weatherproof shall have NEMA Type 4X stainless steel enclosures with protective caps on the control devices. Control stations in NEC Class I, Division 1 and Division 2, Group D hazardous areas shall have NEMA Type 7 enclosures, or be factory sealed type, Appleton "Contender Series" or Killark "Seal-X Series". 2-13.01. Emergency Break -Glass Switch. Not used. 2-14. SEPARATELY ENCLOSED CIRCUIT BREAKERS. Not used. 2-15. DISCONNECT SWITCHES. Unless otherwise specified, each disconnect switch shall be 3 pole, nonfusible, 600 volts, with a continuous current rating as indicated on the drawings. Switches located indoors shall have NEMA type enclosure designations as required by the locations where they will be installed. Switches located outdoors shall have NEMA Type 4X enclosures. Switches in chlorine rooms, or in other areas where contact with caustic substances may occur, shall have NEMA Type 4X enclosures of molded reinforced polyester. (City of Lubbock, Texas ) 16050 (Southeast Water Reclamation Plant) -21- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Switches shall have high conductivity copper, visible blades; nonteasible, positive, quick -make, quick -break mechanisms; and switch assembly plus operating handle as an integral part of the enclosure base. Each switch shall have a handle whose position is easily recognizable and which can be locked in the "Off' position with three padlocks. The "On" and "Off' positions shall be clearly marked. All switches shall be UL listed and horsepower [kilowatt] rated, and shall meet the latest edition of NEMA KS1. Switches shall have defeatable door interlocks that prevent the door from being opened while the operating handle is in the "On" position. 2-16. LIGHTING AND AUXILIARY POWER TRANSFORMERS. Separately mounted transformers shall be provided in the phases, kVA, and voltages indicated on the drawings. Transformers shall be self -air-cooled, dry type, wall - or floor -mounted, and enclosed for wiring in conduit. Transformers installed outdoors shall be weatherproof. Transformers shall have at least two full capacity voltage taps. Transformers shall meet NEMA TP1 guidelines for energy efficiency. 2-17. POWER CENTERS. Not used. 2-18. POWER FACTOR CORRECTION CAPACITORS. Not used. 2-19. LIGHTING CONTACTORS. Contactor control panels shall be UL 508A listed. The short circuit current rating shall meet or exceed the available short circuit current indicated on the bus feeding the contactor. 2-20. PHOTOELECTRIC CONTROLS. Not used. 2-21. RELAY ENCLOSURES. Not used. 2-22. ALARM HORN AND BEACON. Not used. 2-23. HEAT -TRACED PIPING. Not used. 2-24. DOOR ENTRY SWITCHES. Not used. PART 3 - EXECUTION 3-1. INSTALLATION. All material, equipment, and components specified herein shall be installed in compliance with NECA 1000 — NEIS Specification System. 3-2. ARC FLASH HAZARD ANALYSIS. Not Used. (City of Lubbock, Texas ) 16050 (Southeast Water Reclamation Plant) -22- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 3-3. COORDINATION STUDY. CONTRACTOR shall commission a short circuit study and protective -device coordination study of relays, fuses, circuit breakers, and all other protective devices and shall submit a coordination report as - specified herein. The study shall include the existing breakers feeding the new load center substations, the new load center substations, and switchboard/MCC- IPS, starting with the smallest — 480 volt, 3 phase, 60 Hz — circuit protective device on the load end, to the nearest protective device on the power company's line side. CONTRACTOR shall be responsible for and shall ensure that all relays, and circuit breakers are set according to the study results. The study shall include, but shall not be limited to, the following: Color -coded printouts of coordination curves prepared with calculation software. A tabulation of all protective relay and circuit breaker trip settings and recommended sizes and types of medium -voltage fuses. Motor starting profiles for all 50 horsepower [37 kW] and larger motors. Transformer damage curves and protection, evaluated in accordance with ANSI/IEEE C57.109. Coordination curve(s) from the power company, if available. Calculated short-circuit values at all nodes in the distribution system included within the scope of the coordination study. An Engineering and Testing Services firm acceptable to ENGINEER shall conduct the coordination study. CONTRACTOR shall be responsible for obtaining the following: The coordination curves for relays, fuses, and circuit breakers. Transformer damage curves. Motor data. Other applicable information for all new and existing electrical equipment. CONTRACTOR shall coordinate with the power company to obtain the required protective device curves and shall be responsible for all the field work associated with obtaining the necessary data on existing relays, circuit breakers, fuses, and transformers to be included in the coordination study. The available 3 phase, symmetrical fault current at the point of service shall be obtained from the Power Company. (City of Lubbock, Texas ) 16050 (Southeast Water Reclamation Plant) -23- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) The coordination report shall be bound in a standard 8-1/2 by 11 inch [210 by 275 mm] three-ring binder and shall be submitted in accordance with the submittals section. Final selection of all protective device settings or sizes shall be subject to review and acceptance by ENGINEER. 3-4. POWER AND SERVICE ENTRANCE INSTALLATION. Not used. 3-5. TELEPHONE SERVICE ENTRANCE INSTALLATION. Not used. 3-6. CABLE INSTALLATION. 3-6.01. General. Except as otherwise specified or indicated on the drawings, cable shall be installed according to the following procedures, taking care to protect the cable and to avoid kinking the conductors, cutting or puncturing the jacket, contamination by oil or grease, or any other damage. a. Stranded conductor cable shall be terminated by lugs or pressure type connectors. Wrapping stranded cables around screw type terminals is not acceptable. b. Stranded conductor cable shall be spliced by crimp type connectors. Twist -on wire connectors may be used for splicing solid cable and for terminations at lighting fixtures. c. Splices may be made only at readily accessible locations. d. Cable terminations and splices shall be made as recommended by the cable manufacturer for the particular cable and service conditions. All shielded cable stress cone terminations shall be IEEE Class 1 molded rubber type. Shielded cable splices shall be tape or molded rubber type as required. Shielded cable splices and stress cone terminations shall be made by qualified splicers. Materials shall be by 3M Company, Plymouth/Bishop, or Raychem Electric Power Products. e. Cable shall not be pulled tight against bushings nor pressed heavily against enclosures. f. Cable -pulling lubricant shall be compatible with all cable jackets; shall not contain wax, grease, or silicone; and shall be Polywater "Type X. g. Cables operating at more than 2000 volts shall be fireproofed in all cable vaults, manholes, and handholes. Fireproofing shall be applied with a half -lapped layer of 3M "Scotch 77 Arc -Proofing Tape", anchored at each end with a double wrap of 3M "Scotch 69 Glass Cloth Tape" or with equivalent tape by Anixter or Plymouth/Bishop. h. Where necessary to prevent heavy loading on cable connections, in vertical risers, the cable shall be supported by Kellems, or equal, woven grips. (City of Lubbock, Texas } 16050 (Southeast Water Reclamation Plant) -24- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) i. Spare cable ends shall be taped, coiled, and identified. j. Cables shall not be bent to a radius less than the minimum recommended by the manufacturer. For cables rated higher than 600 volts, the minimum radius shall be 8 diameters for nonshielded cable and 12 diameters for shielded cable. k. All cables in one conduit, over 1 foot [305 mm] long, or with any bends, shall be pulled in or out simultaneously. I. Circuits to supply electric power and control to equipment and devices are indicated on the one -line diagrams. Conductors in designated numbers and sizes shall be installed in conduit of designated size. Circuits shall not be combined to reduce conduit requirements unless acceptable to ENGINEER. 3-6.02. Underground Cable Pulling Procedure. Not used. 3-6.03. Cable Insulation Test. Not used. 3-7. CONDUIT INSTALLATION. CONTRACTOR shall be responsible for routing all conduits. This shall include all conduits indicated on the one -lines, riser diagrams, and home -runs shown on the plan drawings. Conduits shall be routed as defined in these specifications. Where conduit routing is shown on plans, it shall be considered a general guideline and shall be field verified to avoid interferences. Except as otherwise specified or indicated on the drawings, conduit installation and identification shall be completed according to the following procedures. 3-7.01. Installation of Interior and Exposed Exterior Conduit. This section covers the installation of conduit inside structures, above and below grade, and in exposed outdoor locations. In general, conduit inside structures shall be concealed. Large conduit and conduit stubs may be exposed unless otherwise specified or indicated on the drawings. No conduit shall be exposed in water chambers unless so indicated on the drawings. Unless otherwise indicated on the drawings, CONTRACTOR shall be responsible for routing the conduit to meet the following installation requirements: a. Conduit installed in all exposed indoor locations, except corrosive areas indicated on the drawings, and in floor slabs, walls, and ceilings of hazardous (classified) locations, shall be as required. Exposed conduit shall be rigidly supported by hot -dip galvanized hardware and framing materials, including nuts and bolts. b. Conduit installed in floor slabs and walls in non -hazardous locations shall be rigid Schedule 40 PVC. C. Conduit installed in all exposed outdoor locations shall be PVC -coated rigid steel, rigidly supported by PVC -coated framing materials. Mounting (City of Lubbock, Texas ) 16050 (Southeast Water Reclamation Plant) -25- (influent Lift Station Rehabilitation ) (B&V PN 140092 ) hardware, which includes nuts bolts and anchors shall be I stainless steel. All damaged coatings shall be repaired according to the manufacturer's I instructions. i d. Final connections to dry type transformers, to motors without flexible cords, and to other equipment with rotating or moving parts shall be liquidtight flexible metal conduit with watertight connectors installed without sharp bends and in the minimum lengths required for the application, but not longer than 6 feet [1.8 m] unless otherwise acceptable to ENGINEER. e. Terminations and connections of rigid steel and intermediate metal conduit shall be taper threaded. Conduits shall be reamed free of burrs and shall be terminated with conduit bushings. f. Exposed conduit shall be installed either parallel or perpendicular to structural members and surfaces. g. Two or more conduits in the same general routing shall be parallel, with symmetrical bends. h. Conduits shall be at least 6 inches [150 mm] from high temperature piping, ducts, and flues. i. Conduit installed in corrosive chemical feed and storage areas as indicated by Area Type on the drawings shall be rigid Schedule 40 PVC. j. Rigid Schedule 40 PVC conduit shall have supports and provisions for expansion as required by NEC Article 352. k. Metallic conduit connections to sheet metal enclosures shall be securely fastened by locknuts inside and outside. I. Rigid Schedule 40 PVC conduit shall be secured to sheet metal device boxes using a male terminal adapter with a locknut inside or by using a box adapter inserted through the knockout and cemented into a coupling. m. Conduits in walls or slabs, which have reinforcement in both faces, shall be installed between the reinforcing steel. In slabs with only a single layer of reinforcing steel, conduits shall be placed under the reinforcement. Conduits larger than 1/3 of the slab thickness shall be concrete encased under the slab. n. Conduits that cross structural joints where structural movement is allowed shall be fitted with concretetight and watertight expansion/deflection couplings, suitable for use with metallic conduits and rigid Schedule 40 PVC conduits. The couplings shall be Appleton Type DF, Crouse -Hinds Type XD, or O-Z Type DX. o. Conduit shall be clear of structural openings and indicated future openings p. Conduits through roofs or metal walls shall be flashed and sealed watertight. q. Conduit installed through any openings cut into non -fire rated concrete or masonry structure elements shall be neatly grouted. Conduit penetrations (City of Lubbock, Texas ) 16050 (Southeast Water Reclamation Plant) -26- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) of fire rated structure elements shall be sealed in a manner that maintains the fire rating as indicated on the Architectural Drawings. r. Conduits shall be capped during construction to prevent entrance of dirt, trash, and water. S. Exposed conduit stubs for future use shall be terminated with galvanized pipe caps. t. Concealed conduit for future use shall be terminated in equipment or fitted with couplings plugged flush with structural surfaces. u. Where the drawings indicate future duplication of equipment wired hereunder, concealed portions of conduits for future equipment shall be provided. V. Horizontal conduit shall be installed to allow at least 7 feet [2.1 m] of headroom, except along structures, piping, and equipment or in other areas where headroom cannot be maintained. w. Conduit shall not be routed across the surface of a floor, roof, or walkway unless approved by ENGINEER. X. PVC -coated rigid steel conduit shall be threaded and installed as recommended by the conduit manufacturer's installation procedure using _. appropriate tools. _. y. All conduits that enter enclosures shall be terminated with acceptable fittings that will not affect the NEMA rating of the enclosure. Z. Nonmetallic conduit, which turns out of concrete slabs or walls, shall be connected to a 90 degree elbow of PVC -coated rigid steel conduit before it emerges. aa. Conduit for Heliax type foam dielectric coaxial cable shall be installed as follows: Heliax Size Minimum Conduit Minimum Conduit inches [mm] Size inches [mm] Bend Radius inches [mm] 1/2 [13] 1-1/2 [40] 10 [250] 7/8 [22] 2 [50] 18 [450] 1-1/4 [32] 4 [100] 22 [550] 1-5/8 [42] 4 [100] 28 [700] ab. Power conductors to and from adjustable frequency drives shall be installed in steel conduit. 3-7.02. Underground Conduit Installation. Not used. (City of Lubbock, Texas ) 16050 (Southeast Water Reclamation Plant) -27- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 3-7.03. Sealing of Conduits. After cable has been installed and connected, conduit ends shall be sealed by forcing nonhardening sealing compound into the conduits to a depth at least equal to the conduit diameter. This method shall be used for sealing all conduits at handholes, manholes, and building entrance junction boxes, and for 1 inch [25 mm] and larger conduit connections to equipment. Conduits entering chlorine feed and storage rooms shall be sealed in a junction box or conduit body adjacent to the point of entrance. Conduits entering hazardous (classified) areas and submersible or explosion proof enclosures shall have Appleton "Type ESU" or Crouse -Hinds "EYS" sealing fittings with sealing compound. 3-7.04. Reuse of Existing Conduits. Existing conduits may be reused subject to the concurrence of ENGINEER and compliance with the following requirements: a. A wire brush shall be pulled through the conduit to remove any loose debris. b. A mandrel shall be pulled through the conduit to remove sharp edges and burrs. 3-8. WIRING_ DEVICES, BOXES, AND FITTINGS INSTALLATION. Metallic and nonmetallic conduit boxes and fittings shall be installed in the following locations: 3-8.01. Conduit Boxes and Fittings. a. Galvanized or cadmium plated, threaded, malleable iron boxes and fittings shall be installed in concrete walls, ceilings, and floors; in the outdoor faces of masonry walls; and in all locations where weatherproof device covers are required. These boxes and fittings shall also be installed in exposed rigid steel and intermediate metal conduit systems. b. Galvanized or cadmium plated sheet steel boxes shall be installed in the indoor faces of masonry walls, in interior partition walls, and in joist supported ceilings. c. Rigid PVC device boxes shall be installed in exposed nonmetallic conduit systems. d. PVC coated boxes and fittings shall be installed in PVC coated conduit systems. e. Telephone conduit shall be provided with separate junction boxes and pull fittings. 3-8.02. Device Plates. Oversized plates shall be installed where standard -sized plates do not fully cover the wall opening. (City of Lubbock, Texas ) 16050 (Southeast Water Reclamation Plant) -28- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 3-8.03. Wall Switches. a. Wall switches shall be mounted 3'-6" [1.05 m] above floor or grade. b. After circuits are energized, all wall switches shall be tested for proper operation. 3-8.04. Receptacles. a. Convenience outlets shall be 18 inches [450 mm] above the floor unless otherwise required. b. Convenience outlets outdoors and in garages; in basements, shops, storerooms, and rooms where equipment may be hosed down; shall be 4 feet [1.2 m] above floor or grade. c. Welding receptacles shall be surface -mounted 4 feet [1.2 m] above the floor. d. After circuits are energized, each receptacle shall be tested for correct polarity and each GFCI receptacle shall be tested for proper operation. e. Conduit and wire for convenience outlet installation is not shown on the drawings and shall be sized, furnished, and installed by CONTRACTOR. Conductors shall be minimum 12 AWG and conduit shall be minimum 3/4 inch for convenience outlet installation. 3-8.05. Special Outlets. a. Wall thermostats shall be 4'-6" [1.35 m] above the floor unless otherwise required. Thermostats on exterior walls shall be suitably insulated from wall temperature. b. Telephone outlets shall be 18 inches [450 mm] above the floor unless otherwise required. Telephone outlets outdoors and in garages; in basements, shops, storerooms, and rooms where equipment may be hosed down; shall be 4 feet [1.2 m] above floor or grade. c. Clock outlets shall be located 7 feet [2.1 m] above the floor. d. Horns and strobe lights for audio/visual alarms shall be mounted a minimum of 8 feet above finished floor and shall be positioned to provide maximum penetration of the surrounding area. 3-9. EQUIPMENT INSTALLATION. Except as otherwise specified or indicated on the drawings, the following procedures shall be used in performing electrical work. (City of Lubbock, Texas ) 16050 (Southeast Water Reclamation Plant) -29- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 3-9.01. Setting of Equipment. All equipment, boxes, and gutters shall be installed level and plumb. Boxes, equipment enclosures, metal raceways, and similar items mounted on water- or earth -bearing walls shall be separated from the wall by at least 1/4 inch [6 mm] thick corrosion -resistant spacers. Where boxes, enclosures, and raceways are installed at locations where walls are not suitable or available for mounting, concrete equipment pads, framing material, and associated hardware shall be provided. 3-9.02. Sealing of Equipment. All outdoor substation, switchgear, motor control center, and similar equipment shall be permanently sealed at the base, and all openings into equipment shall be screened or sealed with concrete grout to keep out rodents and insects the size of wasps and mud daubers. Small cracks and openings shall be sealed from inside with silicone sealant, Dow -Corning 795" or General Electric "SCS1200". 3-10. GROUNDING. 3-10.01. General. The electrical system and equipment shall be grounded in compliance with the National Electrical Code and the following requirements: a. All ground conductors shall be at least 12 AWG [4 mm2] soft drawn copper cable or bar, bare or green -insulated in accordance with the National Electrical Code. b. Ground cable splices and joints, ground rod connections, and equipment bonding connections shall meet the requirements of IEEE 837, and shall be exothermic weld connections or irreversible high -compression connections, Cadweld "Exothermic" or Burndy "Hyground". Mechanical connectors will not be acceptable. Cable connections to bus bars shall be made with high -compression two -hole lugs. c. Ground cable through exterior building walls shall enter within 3 feet [900 mm] below finished grade and shall be provided with a water stop. Unless otherwise indicated, installation of the water stop shall include filling the space between the strands with solder and soldering a 12 inch [300 mm] copper disc over the cable. d. Ground cable near the base of a structure shall be installed in earth and as far from the structure as the excavation permits, but not closer than 24 inches [600 mm]. The tops of ground rods and ground cable interconnecting ground rods shall be buried a minimum of 30 inches [750 mm] below grade, or below the frost line, whichever is deeper. e. All powered equipment, including lighting fixtures and receptacles, shall be grounded by a copper ground conductor in addition to the conduit connection. (City of Lubbock, Texas ) 16050 { (Southeast Water Reclamation Plant) -30- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) I Ground connections to equipment and ground buses shall be made with copper or high conductivity copper alloy ground lugs or clamps. Connections to enclosures not provided with ground buses or ground terminals shall be made with irreversible high -compression type lugs inserted under permanent assembly bolts or under new bolts drilled and inserted through enclosures, other than explosion proof enclosures, or by grounding locknuts or bushings. Ground cable connections to anchor bolts; against gaskets, paint, or varnish; or on bolts holding removable access covers will not be acceptable. g. The grounding system shall be bonded to the station piping by connecting to the first flange inside the building, on either a suction or discharge pipe, with a copper bar or strap. The flange shall be drilled and tapped to provide a bolted connection. h. Ground conductors shall be routed as directly as possible, avoiding unnecessary bends. Ground conductor installations for equipment ground connections to the grounding system shall have turns with minimum bend radii of 12 inches [300 mm]. i. Ground rods not described elsewhere shall be a minimum of 3/4 inch [19 mm] in diameter by 10 feet [3 m] long, with a copper jacket bonded to a steel core. j. Test wells and covers for non -traffic areas shall be molded high density polyethylene. Test wells for traffic areas shall be precast concrete construction rated for traffic duty with concrete or cast iron covers. 3-10.02. Grounding System Resistance. The grounding system design depicted on the contract drawings is the minimum design required for each building or structure. Each system shall comply with the maximum resistance, as required. CONTRACTOR shall confirm the system grounding resistance with the results of the testing specified herein. Systems exceeding the maximum resistance specified shall be supplemented with additional grounding provisions and retested until the maximum specified resistance is achieved. 3-10.03. Grounding System Testing. Not used. 3-11. LIGHTING FIXTURE INSTALLATION. The drawings indicate the general locations and arrangements of the lighting fixtures. Fixtures in rows shall be aligned both vertically and horizontally unless otherwise specified. Fixtures shall be clear of pipes, mechanical equipment, structural openings, indicated future -3 equipment and structural openings, and other obstructions. Conduit and wire for lighting fixture installation is not shown on the drawings and w shall be sized, furnished and installed by CONTRACTOR. Circuits to emergency lighting units, exit signs, and fixtures indicated to be night lights shall not be switched. Circuits to fluorescent lighting fixtures indicated to have emergency battery packs shall include an additional un-switched hot conductor. Conductors (City of Lubbock, Texas ) 16050 (Southeast Water Reclamation Plant) -31- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) shall be minimum 12 AWG and conduit shall be minimum 3/4 inch for lighting fixture installation. 3-12. POWER FACTOR CORRECTION CAPACITOR INSTALLATION. Not used. 3-13. MODIFICATIONS TO EXISTING EQUIPMENT. As required, modifications to existing equipment shall be completed as specified herein and indicated on the drawings. All existing facilities shall be kept in service during construction. Temporary power or relocation of existing power and control wiring, equipment, and devices shall be provided as required during construction. Coordination and timing of outages shall be as specified in other sections of these specifications. Electrical power interruptions will only be allowed where agreed upon in advance with OWNER, and scheduling at times of low demand may be required. 3-13.01. Demolition. Unless otherwise specified or indicated on the drawings, all cable and all exposed conduit for power and control signals of equipment indicated to be removed shall be demolished. Conduit supports and electrical equipment mounting hardware shall be removed, and holes or damage remaining shall be grouted or sealed flush. Conduit partially concealed shall be removed where exposed, and plugged with expanding grout flush with the floor or wall. Repairs shall be refinished to match the existing surrounding surfaces. Demolished equipment shall be discarded or salvaged as indicated on the drawings and as specified in other sections of these specifications. End of Section (City of Lubbock, Texas ) 16050 (Southeast Water Reclamation Plant) -32- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) STANDARD SPECIFICATIONS REFERENCE: UL 83, ICEA S-95-658 (NEMA WC70). CONDUCTOR: Solid, uncoated copper. Maximum operating temperature 90°C dry, 75°C wet. INSULATION: Polyvinyl chloride, UL 83, Type THHN and THWN, ICEA S-95-658. SHIELD: None. JACKET: Conductor: Nylon, 4 mils (100 pm) minimum thickness, UL 83. FACTORY TESTS: Cable shall meet the requirements of UL 83 for Type THHN and THWN. Cable Details Size Number of Strands Conductor Insulation Thickness' Maximum Outside Diameter AWG or kcmii mm' in. pm in. mm 12 4.0 1 0.015 380 0.17 4.32 10 6.0 1 0.020 510 0.20 5.08 'The average thickness shall be not less than that indicated above. The minimum thickness shall not be less than 90 percent of the values indicated above. A durable marking shall be provided on the surface of the cable at intervals not exceeding 24 inches (600 mm). Marking shall include manufacturer's name, THWN or THHN, conductor size, and 800 volt. 600 Volt, Single Conductor Lighting Cable (600-1-PVC-THHN-THWN) BLACK & VEATCH Cable Data Figure 1-16050 (City of Lubbock, Texas ) 16050 (Southeast Water Reclamation Plant) -33- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) STANDARD SPECIFICATIONS REFERENCE: ICEA S-95-658 (NEMA WC 70). CONDUCTOR: Concentric -lay, uncoated copper; strand Class B. Wet/dry maximum operating temperature 90°C. INSULATION: Cross -linked thermosetting polyethylene, ICEA S-95-658, Paragraph 3.6. SHIELD: None. JACKET: None. FACTORY TESTS: Cable shall meet the requirements of ICEA S-95-658. Cable Details size Number of Strands Conductor Insulation Thickness* Maximum Outside Diameter AWG or kcmil mm' in. Nm in. mm 14 2.5 7 0.030 760 0.17 4.32 12 4.0 7 0.030 760 0.19 4.83 10 6.0 7 0.030 760 0.21 5.33 8 10.0 7 0.045 1140 0.27 6.86 6 16.0 7 0.045 1140 0.31 7.87 4 25.0 7 0.045 1140 0.36 9.14 2 35.0 7 0.045 1140 0.42 10.67 1 40.0 19 0.055 1400 0.48 12.19 1/0 50.0 19 0.055 1400 0.52 13.21 2/0 70.0 19 0.055 1400 0.57 14.48 4/0 95.0 19 0.055 1400 0.68 17.27 250 120.0 37 0.065 1650 0.75 19.05 350 185.0 37 0.065 1650 0.85 21.59 500 300.0 37 0.065 1650 0.98 24.89 750 400.0 61 0.080 2030 1.22 31.00 1,000 500.0 61 0.080 2030 1.37 34.80 *The average thickness shall be not less than that indicated above. The minimum thickness shall be not less than 90 percent of the values indicated above. A durable marking shall be provided on the surface of the cable at intervals not exceeding 24 inches (600 mm). Marking shall include manufacturer's name, XLP, XHHW 2, conductor size, and voltage class. 600 Volt, Single Conductor Lighting/Power Cable (600-1-XLP-N0NE-XHHW-2) BLACK S VEATCH Cable Data Figure 2-16050 (City of Lubbock, Texas } 16050 (Southeast Water Reclamation Plant) -34- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) STANDARD SPECIFICATIONS REFERENCE: UL 62, UL 1277. CONDUCTOR: 16 AWG (1.5 mm'), 7-strand, concentric -lay, uncoated copper. Maximum operating temperature 90°C dry, 75°C wet. INSULATION: Polyvinyl chloride, not less than 15 mils (380 um) average thickness; 13 mils (330 um) minimum thickness, UL 62, Type TFN. LAY: Twisted pair with 1-1/2 inch to 2-1/2 inch (38.10 mm - 63.5 mm) lay. SHIELD: Cable assembly, combination aluminum -polyester tape and 7-strand, 20 AWG (0.5 mm2) minimum size, tinned copper drain wire, shield applied to achieve 100 percent cover over insulated conductors. JACKET: Conductor: Nylon, 4 mils (1 00um) minimum thickness, UL 62. Cable assembly: Black, flame-retardant polyvinyl chloride, UL 1277, applied over tape -wrapped cable core. CONDUCTOR One conductor black, one conductor white. IDENTIFICATION: FACTORY TESTS: Insulated conductors shall meet the requirements of UL 62 for Type TFN. Assembly jacket shall meet the requirements of UL 1277. Cable shall meet the vertical -tray flame test requirements of UL 1277. Cable Details Assembly Jacket Maximum Thickness' Outside Diameter In. pm in. mm Single Pair 0.045 1140 0.34 8.64 'The average thickness shall be not less than that indicated above. The minimum thickness shall be not less than 80 percent of the value indicated above. A durable marking shall be provided on the surface of the cable at intervals not exceeding 24 inches (600 mm). Marking shall include manufacturer's name, Type TC, Type TFN, conductor size, single pair, and voltage Gass. Volt, Single Pair, Shielded instrument Cable (600-SINGLE-PAIR-SH-INSTR) CK & VEATCH Cable Data Figure 446050 P STANDARD SPECIFICATIONS I (City of Lubbock, Texas ) 16050 (Southeast Water Reclamation Plant) -35- (Influent Lift Station Rehabilitation ) F_ (B&V PN 140092 ) �i REFERENCE: UL 83, UL 1277, ICEA S-58-679. CONDUCTOR: 14 AWG (2.5 mm'), 7 or 19 strands, concentric -lay, uncoated copper. Maximum operating temperature 90°C dry, 75°C wet. INSULATION: Polyvinyl chloride, not less than 15 mils (380 pm) average thickness; 13 mils (330 Nm) minimum thickness, UL 83, Type THHN and THWN. SHIELD: None. JACKET: Conductor: Nylon, 4 mils (100 Nm) minimum thickness, UL 83. Cable assembly: Black, flame-retardant polyvinyl chloride, UL 1277, applied over tape -wrapped cable core. CONDUCTOR ICEA S-58-679, Method 1, Table 2 or ICEA S-58-679, Method 3, Table 2. White IDENTIFICATION: or green conductors shall not be provided. FACTORY TESTS: Insulated conductors shall meet the requirements of UL 83 for Type THHN-THWN. Assembly jacket shall meet the requirements of UL 1277. Cable shall meet the flame test requirements of UL 1277 for Type TC power and control tray cable. Cable Details Number of Assembly Jacket Maximum Conductors Thickness* Outside Diameter In. Nm in. mm 2 0.045 1140 0.38 9.65 3 0.045 1140 0.39 9.91 4 0.045 1140 0.44 11.18 5 0,045 1140 0.46 11.68 7 0.046 1140 0.49 12.45 9 0.045 1140 0.61 15.49 12 0.060 1520 0.66 16.76 19 0.060 1520 0.77 19.56 24 0.060 1520 0.93 23.62 30 0.080 2030 0.98 24.89 37 0,080 2030 1.05 26.67 *The average thickness shall be not less than that indicated above. The minimum thickness shall be not less than 80 percent of the values indicated above. A durable marking shall be provided on the surface of the cable at intervals not exceeding 24 inches (600 mm). Marking shall include manufacturer's name, Type TC, Type THWN or THHN, conductor size, number of conductors, and voltage Gass. 600 Volt, Multiconductor 14 AWG (2.5 mm2) Control Cable (600-MULTI-THHN-THWN) BLACK & VEATCH Cable Data Figure 7-16050 (City of Lubbock, Texas ) 16050 (Southeast Water Reclamation Plant) -36- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 16100 ELECTRICAL EQUIPMENT INSTALLATION PART 1 - GENERAL 1-1. SCOPE. This section covers the installation of electrical equipment. 1-2. GENERAL. Equipment specified to be installed under this section shall be erected, and placed in proper operating condition in full conformity with drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer, unless exceptions are noted by ENGINEER. -= The eight adjustable frequency drives (AFD's) for the Owner -furnished submersible pumps shall be furnished and installed by the Flygt pump supplier as described later in this section. The electrical equipment identified as being provided by others will be furnished complete for installation by CONTRACTOR. Technical specifications under which the equipment will be purchased are available. 1-2.01. Coordination. When manufacturer's field services are provided by the equipment manufacturer, CONTRACTOR shall coordinate the services with the equipment manufacturer. CONTRACTOR shall give ENGINEER written notice at least 14 days prior to the need for manufacturer's field services furnished by others. Submittals for equipment furnished under the original procurement contract will be furnished to CONTRACTOR upon completion of review by ENGINEER. CONTRACTOR shall review equipment submittals and coordinate with the requirements of the Work and the Contract Documents. CONTRACTOR accepts sole responsibility for determining and verifying all quantities, dimensions, and field construction criteria. 1-3. DELIVERY STORAGE AND HANDLING. 1-3.01. Delivery. When sills are required for electrical equipment, they shall be shipped ahead of the scheduled equipment delivery to permit installation before concrete is placed. 1-3.02. Storage. Upon delivery, all equipment and materials shall immediately be stored and protected by CONTRACTOR in accordance with Section 01614, and in accordance with manufacturer's written instructions, until installed in the Work. Equipment shall be protected by CONTRACTOR against damage and (City of Lubbock, Texas ) 16100 (Souteast Water Reclamation Plant) -1- ` (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) exposure from the elements. At no time shall the equipment be stored on earth or grass surfaces or come into contact with earth or grass. CONTRACTOR shall keep the equipment clean and dry at all times. Openings shall be plugged or capped (or otherwise sealed by packaging) during temporary storage. 1-3.03. Handling. Electrical equipment shall be moved by lifting, jacking, or skidding on rollers as described in the manufacturer's instructions. Special lifting harness or apparatus shall be used when required. Lifting and jacking points shall be used when identified on the equipment. CONTRACTOR shall have required unloading equipment on site to perform unloading work on the date of equipment delivery. PART 2 - PRODUCTS Not used. PART 3 - EXECUTION 3-1. INSTALLATION. All installation work shall be in accordance with manufacturer's written instructions. All material, equipment, and components specified to be installed according to this Section shall be installed in compliance with NECA 1000 — NEIS Specification System. The installation of the AFD's by the pump supplier shall include delivering, leveling and mounting the AFD's on concrete bases in the locations shown on the drawings. Contractor shall install the concrete bases, but grouting and bolting shall be by pump supplier. All electrical cable and cable connections shall be made by Contractor. Testing shall be provided by both the pump supplier and the Contractor. Electrical equipment cubicles and vertical sections shall be installed plumb and level. Drawout equipment carriages, circuit breakers, and other removable components shall operate free and easy without binding or distortion. Unless otherwise indicated or specified, all indoor floor -mounted electrical equipment and control cabinets shall be installed on concrete equipment pads four inches [102 mm] in height. Indoor metalclad switchgear shall be bolted to steel floor channels which are installed level and flush with the top of the concrete floor or equipment pad. (City of Lubbock, Texas ) 16100 (Souteast Water Reclamation Plant) -2- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) i__ Outdoor metalclad switchgear and interrupter gear with integral floor channels or beams shall be secured to concrete pads with anchor bolts and clips. Motor control centers with integral floor sills shall be secured to concrete floors or equipment pads with anchor bolts. 3-1.01. Cleaning. All deposits of oil, grease, mud, dirt or debris shall be cleaned from the electrical equipment following installation and field wiring. A detergent water based solution, or other liquid cleaners not harmful to material or equipment finishes, shall be used as recommended by the manufacturer. End of Section (City of Lubbock, Texas ) 16100 (Souteast Water Reclamation Plant) -3- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 16310 SECONDARY INTEGRAL UNIT SUBSTATIONS Data Sheet Para- Description Data nits raph eneral ag Numbers. 1-1 Unit Substation Designations. TPS-1, TPS-2 1-1 uantity of Unit Substations 2 required. 1-1 ovation of Unit Substations. Near existing Headworks building 1-2.01 eneral Equipment Requirements * Yes required. C No 1-2.05 Governing Standards. IEEE C37.20.3, IEEE C37.20.4 and I✓ NEMA SG-2 r ANSI C16.1 and NEMA LA1 5-1 NEMA SG-5 and UL 1558 r NEMA PB 2 i✓ ANSI C57.12.00 & C57.90 r ANSI C57.12.00, C57.90 & C57.94 Ir NEMA A61 I✓ NEMA ICS-6 1-2.05 Listed or labeled by approved esting laboratory. E• Yes No 1-2.06 Nameplates. [*:Permanent Nameplates required 1: Nameplates by others 1-3.01 Operation and maintenance manuals required. • Yes No 1-5 Spare parts required. I✓ One set of three power fuses for each fused switch Five control fuses of each size and type Other en "Other" is selected, indicate Iternative. (City of Lubbock, Texas ) 16310 -_ (Southeast Water Reclamation Plant) -1- (influent Lift Station Rehabilitation ) (B&V PN 140092 ) 1-6 Coordination study required. E Yes % No 1-6 Time current curves required for: f" Each current -limiting fuse r Transformer damage cums F Each circuit breaker 1-2.07 System Characteristics Incoming (primary) power supply. E: 2.4 kV [kV] E; 4.16 7.2 12.47 Er 13.2 13.8 E;14.4 E 23.0 C 34.5 Number of incoming lines. W One r Two r Double ended Frequency. C 50 Hz [Hz] E 60 Type. E; Three phase and neutral E; Three phase -3 Incoming Line Section Substation primary incoming line Terminals section. WO Switches and fuses Distribution system type. C Loop E Radial feed Air -interrupter switch type. C Primary Selective Radial Switch E Two -Position Air -Interrupter Switch Bus connections required between: E: Fused switches and transformer Connecting terminals and transformer Rating. 5 kV [kV] �15 E: 25 C 34.5 (City of Lubbock, Texas ) 16310 (Southeast Water Reclamation Plant) -2- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Rating, BIL. Er 60 V [kV] 95 150 Continuous ampere rating. 600 [A] 1200 Other en "Other" is selected, indicate Iternative. Momentary asymmetrical rating. 40,000 A [A] 60, 000 80, 000 Cable entrance. C Top E Bottom Fuses. r Current limiting type [; Electronic power type Space heaters. �; Yes - wired for external power supply C. Yes - wired to internal power supply in secondary compartment No Lightning arresters. E Yes E; No If "Yes", indicate lightning arrester; 3 KV [kV] rating. 4.5 [; 6 E:7.5 9 10 [; 12 E:15 18 [; 21 E:24 C 27 E; 30 i 36 L: 39 (City of Lubbock, Texas ) 16310 _ (Southeast Water Reclamation Plant) -3- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) NEMA enclosure type.; NEMA 1 - Gasketed NEMA 12 - Industrial E NEMA 3R -4 Liquid Insulated Transformer Section Transformer type. Less -flammable liquid -insulated E Liquid oil insulated K-rated. Yes No Transformer cooling system class. CIA -100 percent @ 65C rise. OA/OA - 100 percent @ 55C rise, 112 percent @ 65C rise. Cooling fan provisions required. Yes (-`.,� No If "Yes", indicate forced air FA _Forced air. requirement. 1-t"1 [ }, E FGtLiie {? r ned 3 Cooling fan power supply. [;120/240 wits, 1 phase. E; 480 wits, 3 phase. Frequency. ' 50 Hz [Hz] 60 Source. Control povuer tr�ansforrner in transfbaner secondary terminal compartment. Separate control power SOUrce as indicated on the dravvl ngs. -5 Air Insulated Transformer Section Transformer type. Vacuum pressure impregnated (VPI) Vacuum pressure encapsulated (VPE) K-rated. r: Yes [; No Continuous kVA rating.", AA - 100 percent (iD- 150 C rise. E; AA - 115 percent (a)_ 115 C rise. AA - 135 percent Ot 80 C rise. Cooling fan provisions required. Yes No If "Yes", indicate forced air FA - Forced air. requirement. � FFA -Future forced air. (City of Lubbock, Texas ) 16310 (Southeast Water Reclamation Plant ) -4- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Cooling fan power supply. 120/240 volts, 1 phase. 480 volts, 3 phase. Frequency. 50 Hz [Hz] -; 60 Source. Control power transformer in C transformer secondary terminal compartment Separate control power source as indicated on the drawings. -6 Secondary Outgoing Section Air -filled terminal compartment. E Yes [; No Compartment features. r Padlockable door r Removable bolt -on plates Iry Full -height NEMA Type 3R Other When "Other" is selected, indicate Panel. See Figure at the alternative. JD:istribution d of this section. 80-120 volt control power Yes transformer with primary and No econdary breakers. Secondary circuit breakers W Space heaters provided for: j Fan cooling ircuit breaker compartment. Yes No Rated to withstand symmetrical 50,000 [A] fault current. [; 65,000 Ic 100,000 Solid-state trip unit. rV Adjustable short time setting with fixed instantaneous 170 Additional short time delay adjustment. Ground fault protection. r 120 volt ac operated test kit 80-120 volt control power � Yes transformer with primary and No secondary breakers. Secondary circuit breakers (" Space seaters provided for: Far, coding (City of Lubbock, Texas ) 16310 (Southeast Water Reclamation Plant) -5- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Close -coupled switchboard as C Yes specified in Section 16425. E No Close -coupled low -voltage metal- Yes enclosed switchgear as specified in No Section 16346. -7 Accessories Accessories required. Yes • No Alarm contacts. C Yes No -8 Environmental Conditions Location. C Inside building Outdoors Undercoating required. [; Yes No -2 Field Quality Control Installation check required. E Yes No Number of working days on site by As required for compliance. field checker. Number of round trips by field As required for compliance. checker. Installation supervision required. Yes E No Number of working days on site by field supervisor. Number of round trips by installation supervisor. (City of Lubbock, Texas ) 16310 (Southeast Water Reclamation Plant) -6- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 16310 SECONDARY INTEGRAL UNIT SUBSTATIONS PART 1 - GENERAL 1-1. SCOPE. This section covers secondary integral unit substation equipment that shall be furnished as specified herein and as indicated on the drawings. Equipment shall meet the following requirements, and the design conditions and features as required. Each secondary unit substation shall consist of one or more enclosed high voltage incoming line sections, close -coupled three phase power transformer(s), and an enclosed secondary low voltage section(s) all as defined in NEMA Publication 210-1970. Low voltage section shall be a terminal chamber, circuit breaker, panelboard, low voltage switchboard or switchgear, or motor control center as required. Secondary integral unit substation equipment shall meet the design conditions and features indicated on the attached Data Sheet. Secondary integral unit substation equipment shall be designated and shall be located as required on the Data Sheet. 1-1.01. Terminology. When the phrase "as required" is stated in this section it shall mean "as required in the attached Data Sheet". 1-2. GENERAL. Equipment furnished under this section shall be fabricated, assembled, and placed in proper operating condition in full conformity with the drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer, unless exceptions are noted by ENGINEER. 1-2.01. General Equipment Requirements. As required, the General Equipment Requirements shall apply to all equipment furnished under this section. 1-2.02. Dimensional Restrictions. Layout dimensions will vary between manufacturers and the layout area indicated on the drawings is based on typical values. The supplier shall review the contract drawings, the manufacturer's layout drawings and installation requirements, and make any modifications required for proper installation subject to acceptance by ENGINEER. At least three feet of clear access space shall be provided in front of unit substations. 1-2.03. Workmanship and Materials. Equipment supplier shall guarantee all equipment against faulty or inadequate design, improper assembly or erection, defective workmanship or materials, and leakage, breakage, or other failure. Materials shall be suitable for service conditions. (City of Lubbock, Texas ) 16310 (Southeast Water Reclamation Plant) -7- (Influent Lift Station Rehabilitation } (B&V PN 140092 ) All equipment shall be designed, fabricated, and assembled in accordance with recognized and acceptable engineering and shop practice. Individual parts shall be manufactured to standard sizes and thickness so that repair parts, furnished at any time, can be installed in the field. Like parts of duplicate units shall be - interchangeable. Equipment shall not have been in service at any time prior to delivery, except as required by tests. 1-2.04. Abbreviations. Reference to standards and organizations in the Specifications shall be by the following abbreviated letter designations: ANSI American National Standards Institute AWG American Wire Gage FS Federal Specifications IEEE Institute of Electrical and Electronics Engineers NEC National Electrical Code NEMA National Electrical Manufacturers Association UL Underwriters' Laboratories 1-2.05. Governing Standards. As required, all equipment to be furnished under this section shall be designed, constructed, and tested in accordance with the following standards: IEEE C37.20.3, IEEE C37.20.4 and NEMA SG-2 (high -voltage switches) ANSI C26.1 and NEMA LA1 (lightning arresters) NEMA SG-5, and UL 1558 (low -voltage switchgear) ANSI C57.12.00 & C57.90 (liquid immersed transformer) NEMA AB1 (molded case circuit breakers) NEMA ICS 6 (enclosures) The equipment shall also conform to all the applicable standards of ANSI, NEMA, UL, and NEC 230-95, 240, 380, 384, 430, 450, and 710. As required, equipment covered by this section shall be listed by UL or a nationally recognized third -party testing laboratory. All costs associated with obtaining the listing shall be the responsibility of CONTRACTOR. In the event no third -party testing laboratory provides the required listing, an independent test shall be performed at CONTRACTOR'S expense. Before the test is conducted, CONTRACTOR shall submit a copy of the testing procedure that will be used. 1-2.06. Nameplates. As required, nameplates with unit description and designation of each control or indicating device shall be mounted on all hinged doors and rear cover plates. Nameplates shall be black and white laminated phenolic material of suitable size, and shall be engraved with 3/4 inch [19 mm] (City of Lubbock, Texas ) 16310 (Southeast Water Reclamation Plant } -8- (influent Lift Station Rehabilitation ) (B&V PN 140092 ) high letters for section identity and 1/8 inch [3 mm] letters for other information. The engraving shall extend through the black exterior lamination to the white center. Each control device and each control wire terminal block connection inside the units shall be identified with a permanent nameplate or painted legend to match the identification on the manufacturer's wiring diagram. 1-2.07. System Characteristics. The secondary unit substation will be connected to an electric system with characteristics as required. 1-3. SUBMITTALS. Complete assembly, foundation requirements, and installation drawings, together with complete engineering data covering the materials used, parts, devices, and accessories forming a part of the substation, shall be submitted in accordance with the submittals section. The drawings and -- data shall include, but shall not be limited to, the following: Incoming Line Section Elevation, plans, and weight. Fuse time -current characteristic curves. Rating and specifications for switches. Surge arrester ratings and characteristics. Transformer Elevation, plan, weight, and nameplate. Shop tests. Verification of short circuit tests on identical or prototype transformer. Seismic certification. When less -flammable insulating liquid is required, the bidder's proposal shall include name of manufacturer, a complete description of characteristics, a listing of the specific safety codes and industry standards with which it conforms, and documentation verifying approval for use in indoor transformers without vaults or other fire protection. Complete description of the paint system. Complete identification and description of all accessories. Outgoing Line Section Elevation, plan, weight, and bill of material. Single -line, control schematic, wiring connection, and wiring interconnection diagrams. Circuit breaker time -current characteristic curves. (City of Lubbock, Texas ) 16310 (Southeast Water Reclamation Plant) -9- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 1-3.01. Operation and Maintenance Data and Manuals. As required, adequate operation and maintenance information shall be supplied. Operation and maintenance manuals shall be submitted in accordance with the submittals section. Operation and maintenance manuals shall include the following: a. Assembly, installation, alignment, adjustment, and checking instructions. b. Lubrication and maintenance instructions. c. Guide to troubleshooting. d. Parts lists and predicted life of parts subject to wear. e. Outline, cross section, and assembly drawings; engineering data; and wiring diagrams. Test data and performance curves, where applicable. The operation and, maintenance manuals shall be in addition to any instructions or parts lists packed with or attached to the equipment when delivered. 1-4. DELIVERY STORAGE AND HANDLING. Shipping shall be in accordance with the shipping section. Handling and storage shall be in accordance with the handling and storage section. Unit substations shall be equipped to be handled by crane. 1-5. SPARE PARTS. Spare parts shall be provided as required. Spare parts shall be suitably packaged, as specified herein, with labels indicating the contents of each package. Spare parts shall be delivered to OWNER as directed. 1-6. COORDINATION STUDY. As required, a coordination study of the power distribution system will be conducted as specified in the electrical section. The equipment manufacturer shall provide the following information, as required, to ENGINEER with the initial equipment shop drawings: Curves for each current -limiting fuse. Coordination curves for each circuit breaker. Damage curves and protection evaluated in accordance with ANSI/IEEE C57.109 for each transformer. (City of Lubbock, Texas 16310 (Southeast Water Reclamation Plant) -10- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) PART 2 - PRODUCTS 2-1. ACCEPTABLE MANUFACTURERS. The equipment shall be as manufactured by Cutler -Hammer, General Electric, Siemens Energy & Automation, or Square D, without exception. 2-2. DESIGN AND CONSTRUCTION. Each substation shall consist of a primary incoming line section, a transformer section, and a secondary outgoing line section. Each substation shall conform to the arrangement, one -line diagram, schematics, and requirements indicated on the drawings or specified herein. 2-2.01. Sills and Anchors. CONTRACTOR shall furnish steel channels, floor sills, and anchor bolts as required for proper installation. 2-3. PRIMARY INCOMING LINE SECTION. The primary incoming line section for each substation shall consist of line terminals or switches and fuses as indicated on the drawings or the Data Sheet. High voltage termination compartments shall be metal -enclosed air insulated terminal chambers with gasketed and bolted covers. The compartments shall be large enough to accommodate working space for field installation of stress cones on shielded cable and to house surge arresters and other accessories. Enclosures shall be fabricated of electrogalvanized sheet steel or aluminum and painted in accordance with these specifications. Indoor enclosures shall be dust -tight and impervious to dropping or falling water. -- Hardware shall be stainless steel or cadmium plated steel. - All exterior hardware for units located outdoors shall be stainless steel. 2-3.01. Primary Selective Radial Switch. Not Used. 2-3.02. Two -Position Air -Interrupter Switch. As required, each two -position (Open/Closed) air -interrupter switch shall be of the three -pole, load break type, with stored energy operating mechanism. Each switch shall be rated 5, 15, 25, or _.. 34.5 kV; 60, 95, or 150 kV BIL; 600 or 1200 amperes continuous; with a momentary asymmetrical rating of 40,000, 60,000, or 80,000 amperes as required. All three poles of each switch shall open simultaneously by a handle on the front of the primary incoming line section compartment. Each switch shall have a mechanical position indicator. 2-3.03. Incoming Line Terminals. Incoming line terminals shall be crimp or compression type and shall be suitable for terminating shielded cables of at least the size indicated on the drawings with Class 1 type stress cones. The incoming lines will enter from the top or bottom of the enclosure as required. Adequate space shall be provided for stress cones on the incoming lines. Bus connections shall be provided between the connecting terminals and the disconnecting switches or the transformer. (City of Lubbock, Texas ) 16310 (Southeast Water Reclamation Plant) -11- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 2-3.04. Current -Limiting Fuses. Current -limiting fuses or electronic power fuses as required, shall be included in each switch compartment to protect the transformer. The fuses and fuse holders shall be rated approximately 200 to 250 percent of transformer full load amperes continuous. Access to the fuse compartment shall be by a hinged door interlocked with the switch so that the door cannot be opened unless the switch is opened. The door shall be on the front of the enclosure. Fuses shall be disconnect style and shall have provisions for grounding on the load side of each fuse and on the enclosure ground bus. Each fuse shall be equipped with a blown fuse indicator that provides visible evidence of fuse operation while installed in the fuse mounting. Fusible elements shall be nonaging and nondamageable, so it is unnecessary to replace unblown companion fuses following a fuse operation. Fusible elements shall be protected against damage caused by current surges. Any arcing accompanying power fuse operation shall be contained within the fuse and any arc products and gases produced shall be vented through exhaust control devices. One hundred percent spare fuses shall be provided for each switch. Spare fuses shall be placed in a spare fuse compartment on each door. 2-3.05. Buses. All phase bus conductors shall be tin-plated copper and shall be mounted on NEMA class insulators. A 600 ampere copper ground bus with a connector for incoming ground cable shall be provided. 2-3.06. Space Heaters. As required, space heaters for 120 volt ac service shall be provided in each high -voltage switch compartment to prevent condensation in the switch enclosure. The space heaters shall be controlled by a thermostat factory -set to maintain the enclosure above the dew point for anticipated environmental conditions. Space heaters shall be connected to a circuit breaker disconnect in the transformer secondary terminal compartment. As required, the space heater power supply shall be from an integral power supply provided in the secondary compartment. 2-3.07. Lightning Arresters. Intermediate class metal oxide lightning arresters shall be provided, connected at the incoming terminations, and securely grounded to the metal structure. Arrester kV ratings shall be as required. 2-4. LIQUID -INSULATED TRANSFORMER SECTION. Each transformer shall be 3 phase oil -insulated unit substation type, as required, with kVA and voltage ratings as indicated on the drawings and as specified herein. Less -flammable liquid shall be fire resistant hydrocarbon type. Transformers filled with silicone fluid will not be acceptable. The electrical insulating less -flammable liquid shall meet all the requirements of the applicable national or international standards and shall be chemically stable and free from acidity or other corrosive ingredients. (City of Lubbock, Texas ) 16310 (Southeast Water Reclamation Plant) -12- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Each liquid -filled transformer shall be shipped filled with its liquid. Each transformer shall match and line up with the primary switch or switches. Bus connections shall be provided between the transformer high -voltage bushings and the interrupter switch or switches. Each transformer shall conform to NEMA standards for liquid -insulated transformers. As required, transformers shall be K-rated. 2-4.01. Rating. Each transformer shall be rated as indicated on the drawings, and the primary winding shall have four 2-1/2 percent fully rated taps, two above and two below rated voltage. An OA rating, as required, shall indicate that the transformer will carry its continuous rating with average winding temperature (by resistance) that shall not exceed 650C rise, based on an average ambient of 300C over 24 hours with a maximum of 40°C. Transformers shall be derated when installed at an altitude exceeding 3,300 feet [1005 m]. The basic impulse insulation level shall be inherent to the design, and is to be obtained without the use of supplemental surge arresters. 2-4.02. BIL. The BIL of the high -voltage windings shall conform to the following: Nominal System Voltage kV 1.2 2.4 4.8 8.32 14.4 23.0 34.5 Basic Impulse Level kV 45 60 75 95 110 150 200 2-4.03. Impedance. Transformers shall have the following impedance (± 7.5 percent) at their lowest self -cooled rating: 2-4.04. Construction. All tanks, bases, radiators, covers, junction boxes when required, and any other attached compartments shall be fabricated from steel of sufficient strength to withstand normal service stresses without distortion or damage to any part. The tank shall be designed to withstand 125 percent of the maximum operating pressure. (City of Lubbock, Texas ) 16310 (Southeast Water Reclamation Plant) -13- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) All joints in transformer tanks, radiators, bases, etc., shall be made gastight and liquidtight by welding. All covers shall be welded in place. The transformer tank shall be equipped with lifting lugs, pulling eyes, and jack pads, and shall be suitable for rolling, skidding, lifting, and jacking in all directions. The tank shall be filled and sealed at the factory. The core and coil assembly shall be adequately braced to withstand short-circuit forces without damage or displacement, limited only by the transformer impedance. It shall also withstand normal moving and handling without the use of special shipping braces. Verification that short-circuit withstand tests have been performed on a prototype or identical transformer design shall be submitted. The core shall be constructed of high grade grain oriented silicon steel. The core shall be securely grounded to the tank, in an externally located terminal box or near a handhole cover located in the top cover of the main tank. Each transformer enclosure, both interior and exterior, shall be thoroughly cleaned, and shop painted as specified. The transformer shall be designed to meet the sound level standards for liquid transformers as defined in NEMA TR1. Incoming and outgoing sections of each transformer shall be located on opposite ends of the transformer and shall be equipped with tamper -resistant hardware. 2-5. AIR- INSULATED TRANSFORMER SECTION. Not Used. 2-6. SECONDARY OUTGOING LINE SECTION. The secondary outgoing line section shall be factory installed on, or close -coupled to, the transformer. As required, it shall consist of an air -filled terminal compartment, a circuit breaker compartment with main breaker, or other equipment configuration as indicated on the drawings or as required. 2-6.01. Air -Filled Terminal Compartment. As required, the air -filled terminal compartment shall consist of a full -height NEMA rated enclosure with features as required. The compartment shall enclose the transformer low voltage bushings and terminal connectors for secondary cables or bus. As required, a 480-120 volt control power transformer with primary and secondary breakers, for space heaters or for fan cooling, shall be provided in the compartment. 2-6.02. Circuit Breaker Compartment. As required, the circuit breaker compartment shall consist of a molded -case type circuit breaker mounted in a self- supporting enclosure independent of wall supports. The sides and rear of the enclosure shall be covered with removable bolt -on plates. The circuit breaker and enclosure assembly shall be rated to interrupt and withstand an available fault current as required. The circuit breaker shall have a solid-state trip unit complete (City of Lubbock, Texas ) 16310 (Southeast Water Reclamation Plant) -14- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) with built-in current transformers and flux transfer shunt trip. The ampere rating of the trip rating plug shall be as indicated on the drawings. The trip unit shall have adjustable short time setting with a fixed instantaneous override for circuit protection. As required, the trip unit shall be provided with additional short delay trip time adjustment for increased system coordination. As required, built-in ground fault protection with adjustable pick-up ratings not exceeding 1200 amperes, time delay adjustable from 0.1 to 0.5 seconds, and a neutral ground fault current transformer shall be provided. 2-6.02.01. Busing. All bus bars shall be tin-plated copper with bolted connections at joints. The bus bars shall be of sufficient size to limit the temperature rise to 650C based on UL tests. A full capacity neutral shall be provided where a neutral is indicated on the drawings. A 600 ampere copper ground bus shall be furnished in the breaker compartment, firmly secured to the structure. An incoming ground lug shall be furnished. 2-6.03. Close -Coupled Switchboard. Not Used. 2-6.04. Close -Coupled Low -Voltage Metal -Enclosed Switchgear. Not Used. 2-7. ACCESSORIES. 2-7.01. Special Tools and Accessories. All special tools and accessories - necessary for testing and maintenance of the equipment shall be furnished. 2-7.02. Transformer Accessories. Not Used. 2-7.03. Transformer Accessories. Not Used. 2-8. SHOP PAINTING. All iron and steel surfaces, except machined surfaces and stainless steel, shall be shop painted with the manufacturer's standard coating. Finish color shall be ANSI 61 for indoor equipment and outdoor equipment. Field painting, other than touch up painting, will not be required. A sufficient quantity of additional coating material and thinner shall be furnished to permit field touch up painting of damaged coatings. As required, the underside of equipment installed in exposed outdoor locations shall be thoroughly cleaned and coated with an automotive type undercoating material. The coating shall be thick enough to withstand normal handling during shipping and installation. The underside is considered to be the surfaces in contact with the floor or pad and other surfaces not readily accessible for field 'e. painting. 2-9. SHOP TESTS. After the equipment has been completely assembled, it shall be shop tested for general operating condition, circuit continuity, high potential, (City of Lubbock, Texas ) 16310 _.. (Southeast Water Reclamation Plant) -15- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) and other standard tests for the particular class of equipment, as defined by industry standards. The transformers shall be subjected to all standard factory tests, including quality control tests. Four certified copies of test results shall be submitted to ENGINEER before the equipment is shipped to the project site. Temperature tests will not be required, but calculated temperature rise based on tests of similar transformers of the same size shall be furnished. PART 3 - EXECUTION 3-1. INSTALLATION. Installation will be in accordance with Section 16100. 3-2. FIELD QUALITY CONTROL. 3-2.01. Installation Check. As required, an experienced, competent, and authorized representative of the manufacturer shall visit the site of the Work and inspect, check, adjust if necessary, set all relays in accordance with the settings designated in the coordination study, and approve the equipment installation. The representative shall be present when the equipment is placed in operation. Such services shall be included in the contract price for the number of days and round trips to the site as indicated on the Equipment Data Sheet. The manufacturer's representative shall furnish a written report certifying that the equipment has been properly installed and lubricated; is in accurate alignment; is free from any undue stress imposed by connecting piping or anchor bolts; and has been operated under full load conditions and that it operated satisfactorily. 3-2.02. Installation Supervision. Not Used. End of Section (City of Lubbock, Texas } 16310 (Southeast Water Reclamation Plant) -16- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 16425 SWITCHBOARDS Data Sheet Para- raph escription Data Units eneral ag numbers. CC-IPS (main and tie sections) witchboard designations. uantity of switchboards required One (Optional) Location of switchboards. Electrical Building 1-2.01. eneral Equipment Requirements equired. E; Yes [; No 1-2.05. Listed or labeled by approved esting laboratory. Yes No 1-2.06. Nameplates. [:Permanent nameplates required [r Namplates by others 1-4. Operation and maintenance manuals required. Yes No Spare parts. 1-6. Coordination study. IE Yes [; No Time current curves required for: r"' Main breaker r Tie breaker r Largest feeder breaker I Smallest breaker System Characteristics Voltage, phase. [; 240, 3 phase 480, 3 phase Other wltage M /Vhen "Other" is selected, indicate Iternative value. requency. 1150 60 Hz [Hz] umber of wires. - 3 wire 4 wire onstruction Features (City of Lubbock, Texas ) 16425 -y (Southeast Water Reclamation Plant) -1- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) NEMA enclosure type. E; NEMA Type 1 [; NEMA Type 3R walk-in NEMA Type 3R non -walk-in Main bus rating. 400 [A] E; 600 800 1200 1600 2000 E:2500 C 3000 4000 Connected. E: Front C Rear Access. E: Front Rear Install against wall. Yes E; No Section bottom type. [•; Open Barriered Busing -2.02. Neutral connection. Bus • Pad Bus fault rating (symmetrical). 50,000 A [A] 75,000 100, 000 200, 000 ncoming Line Section(s) Number of incoming line sections. 1 2 Service entrance rated. [+ Yes No Incoming cables. Top • Bottom - able pull box required. [•; Yes 04.01 No able pull box utility seal Yes .04.01 Drovisions. No (City of Lubbock, Texas ) 16425 (Southeast Water Reclamation Plant) -2- (influent Lift Station Rehabilitation ) (B&V PN 140092 ) Busway entry compartment. [r Yes 4.02;No 1-04.03 ower utility metering requirements. E3 Yes No - Incoming line metering. [+; Yes .04.04 [; No If "Yes" is selected, indicate if Yes 04.04 etering is to be compatible with etering System Software and No Network in Section 16050. - rransient voltage surge Yes 2.04.05 suppression. No Exposure level. High Medium -High - TVSS options. .04.05 .08 Dual Form "C" Dry contacts. Yes No Main breaker required. Yes 2.04.06 r No If "Yes" is selected, indicate main Molded case reaker type. (� Fixed mounted insulated case power [r Drawout insulated case power Aeration. r Manual [; Electrical Breaker trip features (molded case). r Magnetic/thermal trip r Solid-state electronic trip IV— Short time delay (electronic trip) r Ground fault protection Interlocking. Key .04.06 Electrical le Breaker Section ie breaker section required. Yes No ype. Molded case Fixed mounted insulated case power Drawout insulated case power (City of Lubbock, Texas ) 16425 (Southeast Water Reclamation Plant) -3- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Operation. Manual Electrical Breaker trip features (molded case). r Magnetic/thermal trip Iv— Solid-state electronic trip rv- Short time delay (electronic trip) W Ground fault protection Distribution Section 2-2.06. Distribution breakers required. Yes No Type. Molded case Fixed mounted insulated case power Drawout insulated case power Breaker trip features (molded case). Magnet ic/thernial 'trip r Solid -.state electronic trip r- Short tirne'delay (electronic trip) Ground fault protection Cable exit. Top Bottom Operation. MallUal I Electrical 2-2.07. Molded Case Circuit Breakers MCB mounting. Individually Panel Individual main (tie) with panel distribution MCB fault current rating 35,000 A [A] (symmetrical). 50,000 65,000 100,000 2-2.08. Insulated Case Circuit Breakers ICI3 fault current rating 35,000 A [A] (symmetrical). 50,000 65, 000 100, 000 Environmental Conditions Location. Inside building Outdoors (City of Lubbock, Texas 16425 (Southeast Water Reclamation Plant) -4- (Influent Lift Station Rehabilitation (B&V PN 140092 -2.09. Undercoating required. 0 Yes No nstallation -2.01. Installation check required. Yes No If "Yes' is selected, indicate number f days. As required for compliance. If "Yes' is selected, indicate number f round trips. As required for compliance. -2.02. Installation supervision required. Yes * No If "Yes' is selected, indicate number f days. If "Yes" is selected, indicate number f round trips. (City Cof Lubbock, Texas ) 16425 _. (Southeast Water Reclamation Plant) -5- (Influent Lift Station Rehabilitation ) i (B&V PN 140092 ) __ Section 16425 SWITCHBOARDS PART 1 - GENERAL 1-1. SCOPE. This section covers switchboard equipment, which shall be furnished as specified herein and as indicated on the drawings. The switchboard main and tie sections shall be coupled to the MCC-IPS sections furnished under section 16480. Switchboards shall meet the following requirements, and the design conditions and features as required. Switchboards shall be designated and shall be located as required. 1-1.01. Terminology. When the phrase "as required" is stated in this section it shall mean "as required in the attached Data Sheet". 1-2. GENERAL. Equipment furnished under this section shall be fabricated and assembled in full conformity with the drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer, unless exceptions are noted by ENGINEER. 1-2.01. General Equipment Requirements. As required, the General Equipment Requirements shall apply to all equipment furnished under this section. 1-2.02. Dimensional Restrictions. Layout dimensions will vary between manufacturers, and the layout area indicated on the drawings is based on typical values. The supplier shall review the contract drawings, the manufacturer's layout drawings and installation requirements, and make any modifications required for proper installation subject to acceptance by ENGINEER. 1-2.03. Workmanship and Materials. Equipment supplier shall guarantee all equipment against faulty or inadequate design, improper assembly or erection, defective workmanship or materials, and leakage, breakage, or other failure. Materials shall be suitable for service conditions. All equipment shall be designed, fabricated, and assembled in accordance with recognized and acceptable engineering and shop practice. Individual parts shall be manufactured to standard sizes and thicknesses so that repair parts, furnished at any time, can be installed in the field. Like parts of duplicate units shall be interchangeable. Equipment shall not have been in service at any time prior to delivery, except as required by tests. (City of Lubbock, Texas ) 16425 (Southeast Water Reclamation Plant) -6- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 1-2.04. Abbreviations. Reference to standards and organizations in the Specifications shall be by the following abbreviated letter designations: AISI American Iron and Steel Institute ANSI American National Standards Institute AWG American Wire Gage IEEE Institute of Electrical and Electronics Engineers NEC National Electrical Code NEMA National Electrical Manufacturers Association UL Underwriters' Laboratories 1-2.05. Governing Standards. All equipment furnished under this section shall be designed, constructed, and tested in accordance with all the applicable standards of ANSI, NEMA, and UL, including, but not limited to, NEMA PB 2 and UL 891 (switchboards); NEMA AB1 and UL 489 (molded -case circuit breakers); ICS-6 (enclosures); and NEMA PD 2.2 (Ground Fault Protection). As required, equipment covered by this'section shall be listed by UL or a nationally recognized third -party testing laboratory. All costs associated with obtaining the - listing shall be the responsibility of CONTRACTOR. In the event no third -party testing laboratory provides the required listing, an independent test shall be conducted at CONTRACTOR's expense. Before the test is conducted, CONTRACTOR shall submit a copy of the testing procedure to ENGINEER. 1-2.06. Nameplates. As required, each switchboard section shall have a nameplate permanently affixed to it, listing the following information: Name of manufacturer System voltage Main bus rating Type Manufacturer's shop order number and date In addition, each circuit breaker and instrument on the front of the switchboard shall have a suitable nameplate. Each incoming line section shall be furnished with a nameplate to indicate the power source or substation from which it is fed. The nameplates for the distribution circuit breakers shall indicate the equipment fed through the breaker. Nameplates shall be black and white laminated phenolic material of suitable size, and shall be engraved with 3/4 inch [19 mm] high letters for section and circuit breaker identity and 1/8 inch [3 mm] letters for other information. The engraving shall extend through the black exterior lamination to the white center. (City of Lubbock, Texas ) 16425 (Southeast Water Reclamation Plant) -7- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Each control device and each control wire terminal block connection inside the units shall be identified with a permanent nameplate or painted legend to match the identification on the manufacturer's wiring diagram. 1-2.07. System Characteristics. The equipment will be connected to a system as required. 1-3. SUBMITTALS. Complete assembly, foundation, and installation drawings, together with complete engineering data covering the materials used, parts, devices, and accessories forming a part of the switchboard, shall be submitted in accordance with the submittals section. The drawings and data shall include, but shall not be limited to, the following: Switchboard Elevation, plan, conduit entrance locations, and weight. Circuit breaker time -current characteristic curves. Nameplate legends and equipment schedule. Single -line and control wiring interconnection diagrams. Metering section details. Shop test report. Installation report. Transient voltage surge suppressor submittals shall include drawings (including unit dimensions, weights, component and connection locations, mounting provisions, and wiring diagrams), all testing documentation as specified herein, equipment manuals that detail the installation, operation and maintenance instructions for the specified unit(s), and manufacturer's descriptive bulletins and product sheets. 1-4. OPERATION AND MAINTENANCE DATA AND MANUALS. As required, adequate operation and maintenance information shall be supplied. Operation and maintenance manuals shall be submitted in accordance with the submittals section. Operation and maintenance manuals shall include the following: a. Assembly, installation, alignment, adjustment, and checking instructions. b. Lubrication and maintenance instructions. c. Guide to troubleshooting. d. Parts lists and predicted life of parts subject to wear. e. Outline, cross-section, and assembly drawings; engineering data; and wiring diagrams. f. Test data and performance curves, where applicable. (City of Lubbock, Texas ) 16425 (Southeast Water Reclamation Plant) -8- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) The operation and maintenance manuals shall be in addition to any instructions or parts lists packed with or attached to the equipment when delivered. 1-5. SPARE PARTS. Spare parts shall be provided as required. Spare parts shall be suitably packaged, as specified herein, with labels indicating the contents of each package. Spare parts shall be delivered to OWNER as directed. 1-6. COORDINATION STUDY. Not Used. 1-7. DELIVERY, STORAGE, AND HANDLING. Shipping shall be in accordance with the shipping section. Handling and storage shall be in accordance with the handling and storage section. Switchboards shall be equipped to be handled by crane. Where cranes are not available, switchboards shall be suitable for skidding in place on rollers using jacks to raise and lower the groups. PART 2 - PRODUCTS 2-1. ACCEPTABLE MANUFACTURERS. The switchboard shall be manufactured by the manufacturer of the motor control center furnished under section 16480. 2-2. CONSTRUCTION. All equipment furnished under this section shall be designed and constructed in accordance with the following requirements: 2-2.01. Enclosure. The switchboard shall be of deadfront, modular type construction with the required number of vertical sections bolted together to form one rigid, metal -enclosed unit as required. All sections shall be aligned in both front and rear. The switchboard frame shall be of formed UL gauge steel, rigidly bolted together to support all cover plates, buses, and circuit breakers. Steel base channels shall be bolted to the frame. Each section shall have a removable top plate and, as required, an open or a barriered bottom for installation and termination of conduit. All front covers shall be removable with a single tool and all doors shall be hinged, with removable hinge pins. 2-2.02. Busing. The main a bus shall be tin-plated copper and shall be of sufficient size to limit the temperature rise to 65°C, based on UL tests. End sections shall be predrilled for units to be added in the future. 2-2.02.01. Neutral Bus. Not Used. 2-2.02.02. Neutral Pad. As required, the incoming line section shall be equipped with a neutral bond lug suitable to bond the service entrance neutral conductors. The service entrance neutral pad shall be equipped with a main bonding jumper to the switchboard ground bus in accordance with the National Electrical Code. (City of Lubbock, Texas ) 16425 (Southeast Water Reclamation Plant) -9- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 2-2.03. Ground Bus. The ground bus shall extend the entire length of the switchboard and shall be firmly secured to each vertical section. A ground lug shall be provided at each end of the ground bus for connection to building grounding system with 4/0 AWG bare copper cables. Other ground lugs for feeder circuits shall also be supplied as indicated on the drawings. 2-2.04. Incoming Line Sections. Incoming line sections shall be provided as shown on the one -line diagram and as specified herein. 2-2.04.01. Cable Pull Box. As required, each bussed pull section shall have compression type terminals for the number and size of copper conductors indicated on the drawings. As required, the cable pull box shall include provisions for a power utility seal. 2-2.04.02. Busway Entry Compartment. Not Used 2-2.04.03. Power Utilitv Meterina Compartment. Not Used. 2-2.04.04. Incomina Line Metering Compartment. As required, the incoming line section(s) shall be provided with a microprocessor -based, digital power meter. Current transformers and potential transformers shall be provided for input of current and voltage signals to the metering package. Currents, voltages, active power, reactive power, power factor, watt-hours, frequency, and demand values shall be available for display. Total harmonic distortion waveforms shall also be available. The following alarm features shall be provided: undervoltage, power factor leading or lagging, kvar limit, voltage sequence reversal, underfrequency, and overcurrent. The metering package shall be capable of IRS 485 serial r communication for remote monitoring. The digital power meters shall be Allen- Bradley "Power Monitor II", Cutler -Hammer "IQ Analyzer", Multilin "PQM", Square D "PowerLogic Model CM3350". Sufficient lengths of communication cable shall be provided for connection of metering units within the switchboard and as indicated on the drawings. The unit shall have two isolated 4-20 mA selectable outputs. 2-2.04.05. Transient Voltage Surge Suppression. 2-2.04.05.01. Scope. Transient voltage surge suppression (TVSS) devices shall be provided as specified herein and as indicated on the drawings. Each unit shall be designed for parallel connection to the facility's wiring system and shall utilize non- linear voltage -dependent metal oxide varistors (MOV) in parallel. TVSS devices shall be furnished and installed for the electrical equipment indicated on the drawings and designated in this section as required and as specified herein. TVSS devices shall be installed integral to each switchboard. 2-2.04.05.02. Standards. The specified unit shall be designed, manufactured, tested and installed in compliance with the following standards: (City of Lubbock, Texas ) 16425 (Southeast Water Reclamation Plant ) -10- (influent Lift Station Rehabilitation ) (B&V PN 140092 ) ANSUIEEE C62.41-1991 and C62.45-1992; ANSUIEEE C62.1 and C62.11; National Electrical Manufacturers Association (NEMA LS1-1992 Guidelines); National Fire Protection Association (NFPA 20, 70 [NEC], 75, and 78); Underwriters Laboratories UL 1449 Second Edition and 1283 The unit shall be UL 1449 Second Edition Listed as a Transient Voltage Surge Suppressor and UL 1283 Listed as an Electromagnetic Interference (EMI) Filter. 2-2.04.05.03. Environmental Requirements. a. Operating Temperature: -40°F to +140°F (-40°C to +600C). b. Relative Humidity: Reliable operation with 5 percent to 95 percent non - condensing. 2-2.04.05.04. Electrical Requirements. a. Unit Operating Voltage. The nominal unit operating voltage and configuration shall be as indicated on the drawings. b. Maximum Continuous Operating Voltage (MCOV). The TVSS device shall be designed to withstand a MCOV of not less than 115 percent of nominal RMS voltage. c. Operating Frequency. Operating frequency range shall be 47 to 63 Hertz. d. Protection Modes. All protected modes are defined per NEMA LS-1-1992, paragraph 2.2.7. Following IEEE Standard 1100-1992, section 9.11.2 recommendations, four -wire configured systems shall provide Line -to - Neutral (L-N), Line -to -Ground (L-G), and Neutral -to -Ground (N-G), and Line -to -Line (L-L) protection. Three -wire configured systems shall provide Line -to -Line (L-L) protection and Line -to -Ground (L-G) protection. e. Rated Single Pulse Surge Current Capacity. The rated single pulse surge current capacity, in amps, for each mode of protection of the unit shall be as required and shall be no less than as follows: L-N L-G N-G I L-L High Exposure Level 120 kA 120 kA 120 kA 120 kA Medium -High Exposure Level 100 kA 100 kA 100 kA 100 kA f. UL 1449 Second Edition Suppression Voltage Rating (SVR). The maximum SVR for the device (inclusive of disconnect) shall be as required and shall not exceed the following: _5 (City of Lubbock, Texas ) 16425 (Southeast Water Reclamation Plant) -11- (influent Lift Station Rehabilitation ) (B&V PN 140092 ) Voltage L-N L-G N-G L-L 240 V 3W 700 V 800 V 240 V 4W 800 V 800 V 500 V 1500 V 480 V 3W 1500 V 1800 V 480 V 4W I 900 V 800 V 11800 V g. Noise Attenuation. EMI noise rejection or attenuation values shall be measured in accordance with test and evaluation procedures outlined in NEMA LS-1-1992. The unit shall be capable of a minimum -40 dB attenuation at 100kHz when tested per the 50 ohm insertion loss method as defined by MIL-STD-220A. h. Minimum Repetitive Surge Current Capacity. The minimum number of repetitive surges per mode as a result of testing a 20 kV, 10kA ANSI/IEEE C62.41 Category C3 surge current with less than a 10 percent degradation of clamping voltage shall be 5000. i. Overcurrent Protection. At high and medium -high exposure levels, the TVSS device shall incorporate internal fusing capable of interrupting, at minimum, up to 200kA symmetrical fault current with 600 VOLT AC applied. The device shall be capable of allowing passage of the rated maximum surge current for every mode without fuse operation. j. Unit Status Indicators. The unit shall include long -life, externally visible phase indicators that monitor the on-line status of the unit. 2-2.04.05.05. Testing Documentation. CONTRACTOR shall submit documentation of third party testing from a nationally recognized testing laboratory (NRTL) for the following: a. Single Pulse Surge Current Capacity Testing. Verify that the suppressor components can survive the published surge current rating for each mode and for each phase using the ANSIIIEEE C62.41, 8 x 20 microsecond current wave. b. Minimum Repetitive Surge Current Capacity Testing. Confirm the minimum number of repetitive surges per mode the device can protect against with less than a 10 percent degradation of clamping voltage as a result of testing a 20 kV, 10kA ANSWEEE C62.41 Category C3 surge current. C. UL 1449 Second Edition Testing. Provide verification that the TVSS device complies with these ratings. d. Overcurrent Protection Testing (City of Lubbock, Texas ) 16425 (Southeast Water Reclamation Plant) -12- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Verify that the total surge current can be passed through the fuse with no charring, flames, or projection of materials. Testing of the fuse only will not be acceptable for this requirement. Testing shall indicate the lowest possible surge that can disrupt the fusing. Confirm that the fuse can withstand the rated fault current. Testing shall be conducted in both high and low impedance fault conditions and shall confirm no charring, flaming, or projection of materials. e. Let -through Voltage Testing. Supply an oscilloscope graph for each of the following wave forms tested in accordance with ANSI/IEEE C62.45: ANSI/IEEE Category C3 combination wave (20 kV, 10kA, 8 x 20 microsecond impulse) ANSI/IEEE Category C1 combination wave (6 kV, 3kA, 8 x 20 microsecond impulse) ANSI/IEEE Category B3 ringwave (6 kV, 500 A, 100 kHz) f. EMI Testing. Provide spectrum analysis based on MIL -STD 220A test procedures between 50 kHz and 200 kHz. 2-2.04.05.06. Warranty. The manufacturer shall provide a minimum Five Year Limited Warranty from date of shipment against failure when installed in compliance with applicable national/local electrical codes and the manufacturer's installation, operation and maintenance instructions. 2-2.04.05.07. Installation. The TVSS devices shall be installed according to the manufacturer's recommendations. If possible for the integral units, provide direct bus connections. 2-2.04.05.08. Options a. Disconnect Switch. Each TVSS device shall be furnished with an integral disconnect switch. The unit shall be UL1449 Second Edition listed as such, and the UL1449 Second Edition Suppression Voltage Ratings shall be provided. The disconnect switch shall be fused and capable of withstanding, without failure, the published maximum surge current magnitude without failure or damage to the switch. b. Dual Form "C" Dry Contacts. As required, the TVSS system shall be provided with a set of form "C" dry contacts (normally open and normally closed) to facilitate connection to a plant control system or other remote monitoring system. The contacts shall be normally open or normally closed and shall change state upon any alarm condition. 2-2.04.06. Main Breaker. As required, each incoming line section shall include a molded case, fixed mounted insulated case, or drawout insulated case power --3 circuit breaker with a current rating as indicated on the drawings. Internal control (City of Lubbock, Texas ) 16425 --x (Southeast Water Reclamation Plant) -13- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) power transformers shall be provided to furnish control power for insulated case power circuit breakers. Compression type terminals shall be provided for terminating the number and size of copper conductors indicated on the drawings. 2-2.05. Tie Breaker Section. As required, each tie breaker section shall include a molded case, fixed mounted insulated case, or drawout insulated case power circuit breaker with a current rating as indicated on the drawings. Internal control power transformers shall be provided to furnish control power for insulated case power circuit breakers. 2-2.06. Distribution Section. Not Used. 2-2.07. Molded Case Circuit Breakers. Molded case circuit breakers shall be individual or panel mounted as required. Circuit breakers shall be rated to interrupt and withstand an available fault current at the system line voltage as required. Circuit breakers shall be operated by a toggle -type handle and shall have a quick -make, quick -break, over -center switching mechanism that is mechanically tripfree. As required, circuit breakers shall be thermal magnetic or shall be furnished with a solid-state electronic trip unit complete with built-in current transformers. The ampere rating of the trip unit shall be as indicated on the drawings. The trip unit shall have adjustable settings for continuous amperes, instantaneous pickup, and short -time pickup. As required, the trip unit shall be provided with `- additional short delay trip time adjustment for better system coordination. Circuit breakers indicated to be rated less than 100 amperes shall be thermal -magnetic types. t As required, built-in ground fault protection shall have adjustable pick-up ratings not exceeding 1,200 amperes, time delay adjustable from 0.1 to 0.5 seconds, and a neutral ground fault current transformer. The solid-state electronic trip breakers shall have built-in test points for testing long delay, instantaneous, and ground fault functions of the breaker by means of a 120 volt ac operated test kit. 2-2.08. Insulated Case Power Circuit Breakers. Insulated case power circuit breakers shall be fixed or drawout type, as required, with a manually or electrically operated stored energy mechanism as required. The insulated case breakers shall be UL listed for operation at 100 percent of continuous current rating. The circuit breakers shall be rated to interrupt and withstand an available fault current as required, at system line voltage, as required. The breaker control faceplate shall include color -coded visual indicators for open and closed positions as well as mechanism charged and discharged positions. Manual push buttons shall be provided for opening and closing the breaker. (City of Lubbock, Texas ) 16425 (Southeast Water Reclamation Plant) -14- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Each breaker shall be furnished with a solid-state tripping system consisting of three current sensors, a solid-state trip device, and shunt trip. The solid-state element shall have long delay current pickup, short delay pickup, instantaneous pickup, ground fault pickup and fault trip indicators. All elements of the solid-state trip device shall be of the sealed potentiometer type providing adjustable current pickup in percentage of current sensor primary rating and time delay adjustments. The current sensor primary ampere rating shall be as indicated on the drawings. The breaker shall have built-in test points for testing long delay, short delay, instantaneous, and ground fault functions of the breaker by means of a 120 volt ac operated test kit. 2-2.09. Shop Painting. All iron and steel surfaces, except machined surfaces and stainless steel, shall be shop painted with the manufacturer's standard coating. Finish color shall be ANSI 61. Field painting, other than touchup painting, will not be required. A sufficient quantity of additional coating material and thinner shall be furnished for field touch up of damaged coatings. 2-3. ACCESSORIES. 2-3.01. Special Tools and Accessories. Equipment requiring periodic repair and -- adjustment shall be furnished complete with all special tools, instruments, and accessories required for proper maintenance. Equipment requiring special devices for lifting or handling shall be furnished complete with those devices. 2-4. SHOP TESTS. After the equipment has been completely assembled, it shall be shop tested for general operating conditions, circuit continuity, and high potential and other standard tests for the particular class of equipment as defined by industry standards. Four certified copies of the test results shall be submitted to ENGINEER before the equipment is shipped. PART 3 - EXECUTION 3-1. INSTALLATION. Installation will be in accordance with Section 16100. 3-2. FIELD QUALITY CONTROL. 3-2.01. Installation Check. As required, an experienced, competent, and authorized representative of the manufacturer shall visit the site of the Work and - t inspect, check, adjust if necessary, and approve the equipment installation. The representative shall be present when the equipment is placed in operation in accordance with Section 01650, and shall revisit the job site as often as necessary until all trouble is corrected and the equipment installation and operation are satisfactory in the opinion of ENGINEER. (City of Lubbock, Texas ) 16425 - (Southeast Water Reclamation Plant) -15- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) The representative shall verify that the settings of all protective devices are as recommended in the coordination study, make all adjustments, approve the installation, and test the ground fault system. The ground fault system testing shall satisfy the requirements of the National Electrical Code. The manufacturer's representative shall furnish a written report certifying that the equipment has been properly installed and lubricated; is in accurate alignment; is free from any undue stress imposed by connecting conduit or anchor bolts; and has been operated under full load conditions and that it operated satisfactorily. All costs for these services shall be included in the Contract Price for the number of days and round trips to the site as required. 3-2.02. Field Installation Supervision. Not Used. End of Section (City of Lubbock, Texas ) 16425 j (Southeast Water Reclamation Plant) -16- - (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 16480 600 VOLT CLASS MOTOR CONTROL CENTERS Data Sheet Para- Description Data Units raph eneral rag numbers. CC-IPS CC designations. CC-IPS uantity of MCC's required. One Location of MCC's. Influent Station Electrical Building 1-2.01 eneral Equipment Requirements • Yes equired. No 1-2.05 Listed or labeled by approved esting laboratory. E Yes No 1-2.06 Nameplates. E Permanent nameplates required Nameplates by others 1-4 peration and maintenance, Yes anuals required. No INone 1-5 pare parts. 1-6 Coordination study. E Yes E: No 1-6 Time current curves required for. r-" Main breaker I-` Tie breaker r Largest breaker in combination starter r Smallest breaker System Characteristics Voltage. C 240, 3 phase V M 480, 3 phase Other wltage When "Other voltage" is selected, indicate the alternative. Frequency. 50 Hz [Hz] 60 (City of Lubbock, Texas ) 16480 (Southeast Water Reclamation Plant) -1- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Number of wires. 3 wire 4 wire Construction Features NEMA wiring class. U I [; IS III E IIS NEMA wiring type. A B [; C CC depth. 15 [375] in. [mm] -ter 20 [500] -2.01 Physical metal barrier between sections. C Yes E: No Horizontal bus bar rating. C 600 A [A] : 800 1200 1600 2000 2500 Vertical bus bar rating. 300 A [A] 600 Manufacturer standard Neutral connection. [", Bus 2.04.01 Pad 04.02 Bus bracing and combination 42,000 A [A] tarter rating. 65,000 100,000 Service entrance rated. r: Yes r-: No Cable entry. r: Top Bottom [; Both (City of Lubbock, Texas ) 16480 (Southeast Water Reclamation Plant) -2- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) NEMA enclosure type. NEMA Type 1 Gasketed NEMA Type 12 Industrial NEMA Type 3R Walk-in NEMA Tvpe 3R Non -Walk -In Components -2.06 Combination magnetic starters. E: Yes No If "Yes" is selected, indicate spare F One NO spare contact contacts. I! One NC spare contact If "Yes" is selected, indicate Bimetallic owdoad relays overload type. Eutectic alloy o%erioad relays [; Heaterless overioad relays -2.07 Combination solid state starters. Yes EE No If "Yes" is selected, indicate spare j" One NO spare contact contacts. it One NC spare contact If "Yes" is selected, indicate if Yes auxiliary contactor for power factor No correction capacitor is required. -2.08 Adjustable frequency drives. Yes ( No -2.12 Motor voltage monitors.; Yes (as shown on drawings) No -2.13 Circuit breakers. Yes No If "Yes" is selected, indicate if Main Yes - see drawings and Feeder breakers are to be No provided with solid-state trip. -2.14 TVSS on main(s). Yes No CC exposure level. !High Mediun {"t._#igh - TVSS options. 2.14.08 Connection Type. C tact `pia disconnect switch Dual Form "C" Dry contacts Yes No (City of Lubbock, Texas ) 16480 (Southeast Water Reclamation Plant) -3- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 2-2.15 Incoming line metering. Yes No If "Yes" is selected, indicate if Yes metering is to be compatible with Metering System Software and No Network in Section 16050. 2-2.17 Lighting transformers. Yes E No No No Connection type. Direct Via (Discornect Panel type(s). Lighting 120/208 3--phase Other Connection type. Direct Via Disconnect Dual Form "C" dry contacts. Yes No 2-2.19 Special panels. E Yes No 2-2.21 Section space heaters. No Yes - wired for external power supply Yes - wired to internal panelboard Environmental Conditions Location. Inside building Outdoors Undercoating. Yes No (City ofLubbock, Texas ) 18480 (Southeast Water Reclamation Plant ) -4- (|nfluandLiftGbationRmhabi|itoUon ) (B&VPN14OOS2 ) Field Quality Control 3-2.01 Installation check required. Yes No If "Yes" is selected, indicate number f days. s required for compliance. If "Yes" is selected, indicate number f round trips. s required for compliance. 3-2.02 Installation supervision required. [; Yes [; No If'Yes" is selected, indicate number f days. if "Yes" is selected, indicate number f round trips. (City of Lubbock, Texas ) 16480 (Southeast Water Reclamation Plant) -5- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 16480 600 VOLT CLASS MOTOR CONTROL CENTERS PART 1 - GENERAL 1-1. SCOPE. This section covers motor control center equipment which shall be furnished and installed as specified herein and as indicated on the drawings. Motor control centers shall meet the following requirements, and the design conditions and features as required. Motor control centers shall be designated and shall be located as required. 1-1.01. Terminology. When the phrase "as required" is stated in this section it shall mean "as required in the attached Data Sheet". 1-2. GENERAL. Equipment furnished and installed under this section shall be fabricated, assembled, erected, and placed in proper operating condition in full conformity with the drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer, unless ENGINEER notes exceptions. 1-2.01. General Equipment Requirements. As required, the General Equipment Requirements shall apply to all equipment provided under this section. 1-2.02. Dimensional Restrictions. Layout dimensions will vary between manufacturers and the layout area indicated on the drawings is based on typical values. The supplier shall review the contract drawings, the manufacturer's layout drawings and installation requirements, and make any modifications required for proper installation subject to acceptance by ENGINEER. 1-2.03. Workmanship and Materials. Equipment supplier shall guarantee all equipment against faulty or inadequate design, improper assembly or erection, defective workmanship or materials, and leakage, breakage, or other failure. Materials shall be suitable for service conditions. All equipment shall be designed, fabricated, and assembled in accordance with recognized and acceptable engineering and shop practice. Individual parts shall be manufactured to standard sizes and thicknesses so that repair parts, furnished at any time, can be installed in the field. Like parts of duplicate units shall be interchangeable. Equipment shall not have been in service at any time prior to delivery, except when required by tests. (City of Lubbock, Texas ) 16480 (Southeast Water Reclamation Plant) -6- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 1-2.04. Abbreviations. Reference to standards and organizations in the Specifications shall be by the following abbreviated letter designations: AISI American Iron and Steel Institute ANSI American National Standards Institute AWG American Wire Gage IEEE Institute of Electrical and Electronics Engineers NEC National Electrical Code NEMA National Electrical Manufacturers Association NFPA National Fire Protection Association UL Underwriters' Laboratories 1-2.05. Governing Standards. All equipment furnished under this section shall be designed, constructed, and tested in accordance with NEMA ICS 18 and UL 845. As required, equipment covered by this section shall be listed by UL or a nationally recognized third=party testing laboratory. All costs associated with obtaining the listing shall be the responsibility of the CONTRACTOR. In the event, no third- --° party testing laboratory provides the required listing; an independent test shall be performed at the CONTRACTOR's expense. Before testing, the CONTRACTOR shall submit a copy of the testing procedure that will be used in evaluating the - equipment. 1-2.06. Nameplates. As required, nameplates with unit description and designation of each control or indicating device shall be provided on all hinged doors. Nameplates shall be black and white laminated phenolic material of suitable size, and shall be engraved with 3/8 inch [10 mm] high letters for compartment identity and 3/16 inch [5 mm] letters for other information. The engraving shall extend through the black exterior lamination to the white center. Each control device and each control wire terminal block connection inside the units shall be identified with permanent nameplates or painted legends to match the identification on the manufacturer's wiring diagram. 1-2.07. System Characteristics. This equipment will be connected to a system as required. 1-3. SUBMITTALS. Complete assembly, foundation, and installation drawings, together with complete engineering data covering the materials used, parts, devices, and accessories forming a part of the motor control center shall be submitted in accordance with the submittals section. The drawings and data shall include, but shall not be limited to, the following: Motor Control Center (City of Lubbock, Texas ) 16480 (Southeast Water Reclamation Plant) -7- - ' (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Elevation, plans, and weight. Unit wiring diagrams showing devices, connections, and terminal designations. Interconnection diagrams. Control schematic diagrams. Circuit breaker time -current characteristic curves. 1-4. OPERATION AND MAINTENANCE DATA AND MANUALS. As required, adequate operation and maintenance information shall be supplied. Operation and maintenance manuals shall be submitted in accordance with the submittals section. Operation and maintenance manuals shall include the following: a. Assembly, installation, alignment, adjustment, and checking instructions. b. Lubrication and maintenance instructions. c. Guide to troubleshooting. d. Parts lists and predicted life of parts subject to wear. e. Outline, cross-section, and assembly drawings; engineering data; and wiring diagrams. f. Test data and performance curves, where applicable. The operation and maintenance manuals shall be in addition to any instructions or parts lists packed with or attached to the equipment when delivered. 1-5. SPARE PARTS. Spare parts shall be provided as required. Spare parts shall be suitably packaged, as specified herein, with labels indicating the contents of each package. Spare parts shall be delivered to OWNER as directed. 1-6. COORDINATION STUDY. As required, a coordination study of the power distribution system will be conducted in accordance with the electrical section. The initial equipment drawing submittal shall include the circuit breaker coordination curves for the main breaker(s), the tie breaker, the largest circuit breaker utilized in a combination starter, and the smallest circuit breaker provided as a part of the motor control center assembly. 1-7. DELIVERY STORAGE AND HANDLING. Shipping shall be in accordance with the shipping section. Handling and storage shall be in accordance with the handling and storage section. (City of Lubbock, Texas ) 16480 (Southeast Water Reclamation Plant) -8- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Motor control centers shall be equipped to be handled by crane. Where cranes are not available, control centers shall be suitable for skidding in place on rollers using jacks to raise and lower the groups. PART 2 - PRODUCTS 2-1. ACCEPTABLE MANUFACTURERS. The equipment shall be manufactured by Allen-Bradley, Cutler -Hammer, General Electric, Siemens Energy & Automation, or Square D, without exception. 2-2. CONSTRUCTION. Each control center shall conform to the arrangement, one -line diagram, schematics, and requirements indicated on the drawings or specified herein. Wiring shall be NEMA Class I, IS, II, or IIS as required. Wiring shall be NEMA Type A, B, or C as required. 2-2.01. Vertical Sections. The control center shall consist of standardized, freestanding structures bolted together to form a single dead -front panel assembly containing combination motor control units; feeder units; transformers; lighting panels; and metering, relaying, and interlocking, and miscellaneous control devices, as indicated on the drawings. A removable lifting angle shall be mounted on the top of each shipping group. Removable front and rear bottom channel sills shall extend the full width of the motor control center. Each vertical section shall be 90 inches [2250 mm] high and not less than 20 inches [500 mm] wide. As required, sections shall be 15 inches [375 mm] or 20 inches [500 mm] deep. Each 20 inch wide standard section shall have all necessary hardware and busing for modular plug-in units to be added and moved around. All unused space shall be covered by hinged blank doors and equipped to accept future units. Removable rear plates shall be sectionalized so that it is unnecessary to handle any plate larger than the section width or one-half the section height. A metal barrier extending the full height and depth of the section shall be provided to isolate each section from the next section as required. 2-2.02. Compartmented Units. Each vertical section shall be constructed of modular components of various sizes. The modular components shall be designed to accommodate not more than six Size 1 or Size 2 full voltage combination motor starters per vertical section. Removable circuit breaker and motor starter units shall be provided with a mechanical interlock to prevent insertion or withdrawal when in the "on" position. (City of Lubbock, Texas ) 16480 (Southeast Water Reclamation Plant) -9- `' (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Individual motor starter units, feeder breaker units, transformers, lighting panels, and control device compartments shall be isolated from each other by barriers of metal or a suitable insulating material. Each vertical section shall have a vertical -wiring trough for power and control wiring, and wiring troughs on top and bottom, which are continuous through the entire control center. Wre ties shall be provided in the vertical wireways unless the wireways are separated from the plug-in units by a permanent wall. [. 2-2.03. Wiring Labels and Terminal Blocks. All internal wires shall be labeled at each termination. Terminals shall also be identified with labels showing the terminal block and terminal number. All starter units shall be provided with unit control terminal blocks. Terminal blocks shall be pull -apart type rated 20 amperes. All current carrying parts shall be tin- plated. The removable portion of the terminal blocks shall be used for factory installed wiring. 2-2.04. Busing. The horizontal main bus and the vertical bus extensions shall be tin-plated copper mounted on supports formed of materials having high dielectric strength, low moisture absorbency, and high impact strength. The main bus shall extend the full length of the motor control center and shall have provisions for splicing additional sections onto either end. Both horizontal and vertical busing shall be braced against forces resulting from fault current. The vertical bus connecting an incoming power feeder cable shall have the same ampere rating as the main horizontal bus. Each vertical bus extension shall be rated as required. A tin-plated copper ground bus rated 300 amperes shall extend through the entire control center and shall be located where it will not interfere with pulling of external cable. Grounding connections shall be accessible from the front. The ground bus L shall be provided with six 0.38 inch [10 mm] holes for each vertical section to accept ground lugs for any loads requiring a ground conductor. A solderless - connector shall be provided on the ground bus in each end section for an external ground cable, sized from 1/0 AWG to 250 kcmil [50 to 120 mm2]. Each vertical section shall have a vertical ground bus. The plug-in units shall engage the ground bus prior to engagement of the power stabs and shall disengage only after the power stabs are disconnected. 2-2.04.01. Neutral Bus. As required, a tin-plated copper neutral bus shall be provided through all vertical sections and shall be rated full capacity. 2-2.04.02. Neutral Pad. As required, the incoming line section shall be equipped with a neutral bond lug suitable to bond the service entrance neutral conductors. (City of Lubbock, Texas ) 16480 (Southeast Water Reclamation Plant) -10- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) The service entrance neutral pad shall be equipped with a main bonding jumper to the control center ground bus in accordance with the National Electrical Code. 2-2.05. Isolation of Buses. The main bus shall be isolated from the horizontal wiring trough. The entire vertical bus assembly shall be enclosed within grounded steel or glass filled polyester barriers. The barriers shall have openings for power stabs of plug-in units. Shutters shall be provided to close the openings when units are removed. 2-2.06. Combination Maqnetic Starters. 2-2.07. Combination Solid -State Starters. Not used. 2-2.08. Adiustable Frequency Drives. Not used. 2-2.09. Contactors. Contactors for control of bus voltage loads other than motors shall be the same as contactors for combination magnetic starters, except overloads will not be required. Mechanically held contactors shall have 120 volts ac coils with disconnecting contacts. Other contactors shall have 120 volt, continuous duty coils and contacts where indicated on the drawings. 2-2.10. Relays and Timers. Auxiliary relays and timers shall have 120 volt, 60 Hz coils for continuous duty in 400C ambient, and 10 ampere, 120 volts ac contacts. Auxiliary relays shall be NEMA rated. 2-2.11. Control Switches and Pilot Lights. Control switches and pilot lights shall be 30.5 mm heavy-duty, oiltight construction. Pilot lights shall be full voltage type with LED lamps. 2-2.12. Motor Voltage Monitors. Not used. 2-2.13. Circuit Breakers. Control center disconnects shall be three pole, single - throw, 600 volt, molded -case air circuit breakers. Circuit breakers of combination starters shall be magnetic motor circuit protector type. Feeder circuit breakers shall be thermal -magnetic type and shall be manually operated, with quick -make, quick -break, trip -free toggle mechanism. Bimetallic thermal elements shall withstand sustained overloads and short-circuit currents without injury and without affecting calibration. Thermal elements shall trip the breaker at 125 percent of trip rating. The instantaneous elements of 225 ampere frame and larger breakers shall be adjustable and shall be set at 800 percent of trip rating. As required, main circuit breakers and feeder circuit breakers 225 amperes and larger shall be furnished with a solid-state trip unit complete with built-in current transformers. The ampere rating of the trip unit shall be as indicated on the drawings. The trip unit shall have adjustable settings for continuous amperes, and short -time pickup. The trip unit shall be provided with additional short delay trip time adjustment for better system coordination. Where indicated on the drawings, (City of Lubbock, Texas ) 16480 (Southeast Water Reclamation Plant) -11- - (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) main circuit breakers shall be provided with instantaneous pickup and integral ground fault protection with shunt trip devices. 2-2.14 Transient VoltageSurae Suppression. Not used. 2-2.15. Incoming Line Metering Compartment. As required, the metering package shall be compatible with the metering system software and metering system network as specified in Section 16050. CONTRACTOR shall furnish and install applications software for origination and display of all metering unit data and microprocessor -based trip -unit data in accordance with Section 16050. 2-2.16. Miscellaneous. Other items indicated on the drawings shall conform to the applicable provisions of NEMA ICS 2 and UL 845. 2-2.17. Liahtina Transformers. Not used. 2-2.18. Panelboards. Not used. 2-2.19. Special Panels. The main and tie breakers shall be provided with automatic throwover controls in switchboard construction. Operation shall be as indicated below. Loss of line A: Upon loss of line A voltage and after an adjustable time delay (initially set at 1 second), trip the respective main breaker and close the tie breaker if voltage is available on line B. If the main breaker automatically trips from its protective relaying, do not allow the tie breaker to close. Loss of line B: Upon loss of line B voltage and after an adjustable time delay (initially set at 1 second), trip the respective main breaker and close the tie breaker if voltage is available on line A. If the main breaker automatically trips from its protective relaying, do not allow the tie breaker to close. Retransfer: Provide a selector switch so that retransfer can be performed automatically or manually. In the automatic mode, after sensing normal line voltage for an adjustable time period (initially set for 60 minutes), open the tie breaker and close the respective main breaker. In the manual mode, plant personnel will open the tie breaker and close the respective main breaker. Procedure Directions: Provide transfer and retransfer procedure directions on the switchboard front. Directions shall be engraved on a laminated plate with 3/16 inch black lettering on a white background. 2-2.20. Shop Painting. All iron and steel surfaces, except stainless steel and machined surfaces, shall be plated or shop painted with the manufacturer's standard coating. Finish color for both indoor and outdoor equipment shall be (City of Lubbock, Texas ) 16480 (Southeast Water Reclamation Plant) -12- (influent Lift Station Rehabilitation ) (B&V PN 140092 ) ANSI 61. Field painting, other than touchup painting, will not be required. A sufficient quantity of additional coating material and thinner shall be furnished to permit field touchup of damaged coatings. 2-2.21. Space Heaters. Not used. 2-3. ACCESSORIES. 2-3.01. Special Tools and Accessories. Equipment requiring periodic repair and adjustment shall be furnished complete with all special tools, instruments, and accessories required for proper maintenance. Equipment requiring special devices for lifting or handling shall be furnished complete with those devices. 2-4. SHOP TESTS. The complete control center shall be tested at the factory. All circuits, including power and control, shall be given dielectric tests in accordance with NEMA ICS 2-322. PART 3 - EXECUTION 3-1. INSTALLATION. Installation will be in accordance with Section 16100. 3-2. FIELD QUALITY CONTROL. 3-2.01. Installation Check. As required, an experienced, competent, and authorized representative of the manufacturer shall visit the site of the Work and inspect, check, adjust if necessary, and approve the equipment installation. The representative shall be present when the equipment is placed in operation in accordance with Section 01650, and shall revisit the job site as often as necessary until all trouble is corrected and the equipment installation and operation are satisfactory in the opinion of ENGINEER. The manufacturer's representative shall furnish a written report certifying that the equipment has been properly installed and lubricated; is in accurate alignment; is free from any undue stress imposed by connecting conduit or anchor bolts; and has been operated under full load conditions and that it operated satisfactorily. All costs for these services shall be included in the Contract Price for the number of days and round trips to the site as required. 3-2.02. Field Installation Supervision. Not used. End of Section (City of Lubbock, Texas ) 16480 (Southeast Water Reclamation Plant) -13- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Ir CITY OF LUBBOCK, TX SOUTHEAST WATER RECLAMATION PLANT INFLUENT LIFT STATION REHABILITATION PRENEGOTIATED SPECIFICATIONS PROJECT MANUAL 4F r Ap / ............... f � . URA A. $TRATTON° �...;....... 651,38 � � ion ��« r�u►� Dec � BLACK & VEATCH CORPORATION Dallas, Texas Project No. 140092 2007 LUBBOCK, TEXAS SOUTHWEST WATER RECLAMATION PLANT IMPROVEMENTS PRENEGOTIATED SPECIFICATIONS INFLUENT PUMPING STATION PUMP REPLACEMENT TABLE OF CONTENTS Subject SPECIFICATIONS DIVISION 1 — GENERAL REQUIREMENTS Pages A&P Assignment of and Payment for 1 : 1 Prenegotiated Equipment 01300 Submittals 1:6 01605 General Equipment Requirements 1 : 1 01610 General Equipment Stipulations 1 : 3 01612 Shipping 1:1 DIVISION 16 — ELECTRICAL 16150 Adjustable Frequency Drives 1 : 18 (City of Lubbock, Texas ) TC-1 (Southeast Water Reclamation Plant) -1- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) ASSIGNMENT OF AND PAYMENT FOR PRENEGOTIATED EQUIPMENT 1. ASSIGNMENT OF PRENEGOTIATED EQUIPMENT. The Owner intends to prenegotiate the cost for the following equipment: Square D Adjustable Frequency Drives The Owner also intends to include this agreed upon, prenegotiated price as an allowance in the Bid Form for the general construction contract of the Influent Lift Station Rehabilitation project. The prenegotiated cost for this equipment shall be guaranteed for 120 calendar days from written acceptance by the Owner. The Owner, in awarding the general Construction Contract, will assign to the Contractor the responsibility of purchasing, receiving, inspecting, unloading, and protecting the equipment. The Contractor will be obligated to work with the specific Vendor in scheduling delivery of the equipment and the dates that manufacturer's representatives should be available to assist in installation, adjusting, and start up of the equipment, all as if the Contractor himself had selected and negotiated the purchase of the equipment. The guaranteed prenegotiated cost proposal and terms and conditions will be included in an Appendix to the general construction contract documents, and all duties and obligations therein will be assigned to the Contractor. The Vendor shall cooperate with the Contractor in installation, adjusting, and start-up of the equipment to provide the equipment in a timely and complete manner. - = Equipment shall be delivered by the Vendor f.o.b motor freight to the Southeast Water Reclamation Plant site, after receiving specific instruction from the Contractor as to the time of the delivery. Access shall be made available, as necessary by the Contractor to the treatment plant. The Vendor, in accepting this prenegotiated cost, agrees to the terms of this assignment. The Vendor further agrees to provide documentation required by the Contractor to receive payments from the Owner for materials and equipment. End of Section (City of Lubbock, Texas ) A&P (Southeast Water Reclamation Plant) -1- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 01300 SUBMITTALS 1. SHOP DRAWINGS AND ENGINEERING DATA. 1.01. General. Shop Drawings and engineering data (submittals) covering all equipment and all fabricated components and building materials which will become a permanent part of the Work under this Contract shall be submitted to Engineer or Contractor (as directed by Owner) for review, as required. Submittals shall verify compliance with the Contract Documents, and shall include drawings and descriptive information in sufficient detail to show the kind, size, arrangement, and the operation of component materials and devices; the external connections, anchorages, and supports required; the performance characteristics; and dimensions needed for installation and correlation with other materials and equipment. Each submittal shall cover items from only one section of the specification unless the item consists of components from several sources. When an item consists of components from several sources, Equipment Supplier's initial submittal shall be complete including all components. All submittals, regardless of origin, shall be approved by Equipment Supplier and clearly identified with the name and number of this Contract, Equipment Supplier's name, and references to applicable specification paragraphs and Contract Drawings. Each copy of all submittals, regardless of origin, shall be stamped or affixed with an approval statement of Equipment Supplier. Each submittal shall indicate the intended use of the item in the Work. When catalog pages are submitted, applicable items shall be clearly identified and inapplicable data crossed out. The current revision, issue number, and date shall be indicated on all drawings and other descriptive data. Equipment Supplier shall be solely responsible for the completeness of each submittal. Equipment Supplier's stamp or affixed approval statement of a submittal is a representation to Owner and Engineer that Equipment Supplier accepts sole responsibility for determining and verifying all quantities, dimensions, materials, catalog numbers, and similar data, and that Equipment Supplier has reviewed and coordinated each submittal with the requirements of the Work and the Contract Documents. All deviations from the Contract Documents shall be identified as deviations on each submittal and shall be tabulated in Equipment Supplier's letter of transmittal. Such submittals shall, as pertinent to the deviation, indicate essential details of all changes proposed by Equipment Supplier (including modifications to other facilities that may be a result of the deviation) and all required piping and wiring diagrams. (City of Lubbock, Texas ) 01300 (Southeast Water Reclamation Plant) -1- (influent Lift Station Rehabilitation ) (B&V PN 140092 ) Five copies (or one reproducible copy) of each drawing and the necessary data shall be submitted to Engineer. If submittal is made through Contractor, such additional copies as requested by Contractor shall be provided. Engineer will return two marked copies (or one marked reproducible copy) to Equipment Supplier or Contractor. Facsimile (fax) or electronic copies will not be acceptable. Engineer will not accept submittals from anyone but Equipment Supplier or Contractor. Submittals shall be consecutively numbered in direct sequence of submittal and without division by subcontracts or trades. 1.02. Engineer's Review of Submittals. Engineer's review of submittals covers only general conformity to the Drawings and Specifications, external connections, and dimensions that affect the layout; it does not indicate thorough review of all dimensions, quantities, and details of the material, equipment, device, or item covered. Engineer's review shall not relieve Equipment Supplier of sole responsibility for errors, omissions, or deviations in the drawings and data, nor of Equipment Supplier's sole responsibility for compliance with the Contract Documents. Engineer's submittal review period shall be 21 consecutive calendar days and shall commence on the first calendar day following receipt of the submittal or resubmittal in Engineer's office. The time required to mail the submittal or resubmittal back to Equipment Supplier shall not be considered a part of the submittal review period. When the drawings and data are returned marked "NOT ACCEPTABLE" or "RETURNED FOR CORRECTION", the corrections shall be made as noted thereon and as instructed by Engineer and five corrected copies (or one corrected reproducible copy) resubmitted. Facsimile (fax) or electronic copies will not be acceptable. When the drawings and data are returned marked "EXCEPTIONS NOTED", "NO EXCEPTIONS NOTED", or "RECORD COPY", no additional copies need be furnished unless specifically requested by Engineer. 1.03. Resubmittal of Drawings and Data. Equipment Supplier shall accept full responsibility for the completeness of each resubmittal. Equipment Supplier shall verify that all corrected data and additional information previously requested by Engineer are provided on the resubmittal. When corrected copies are resubmitted, Equipment Supplier shall direct specific attention to all revisions in writing and shall list separately any revisions made other than those called for by Engineer on previous submittals. Requirements specified for initial submittals shall also apply to resubmittals. Resubmittals shall bear the number of the first submittal followed by a letter (A, B, etc.) or a unique identification that indicates the initial submittal and correct sequence of each resubmittal. (City of Lubbock, Texas ) 01300 (Southeast Water Reclamation Plant) -2- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) If more than one resubmittal is required because of failure of Equipment Supplier to provide all previously requested corrected data or additional information, Equipment Supplier shall reimburse Owner for the charges of Engineer for review of the additional resubmittals. This does not include initial submittal data such as shop tests and field tests that are submitted after initial submittal. Resubmittals shall be made within 30 days of the date of the letter returning the material to be modified or corrected, unless within 14 days Equipment Supplier submits an acceptable request for an extension of the stipulated time period, listing the reasons the resubmittal cannot be completed within that time. The need for more than one resubmittal, or any other delay in obtaining Engineer's review of submittals, will not entitle Equipment Supplier to extension of the Contract Times unless delay of the Work is the direct result of a change in the Work authorized by a Change Order or failure of Engineer to review and _ return any submittal to Equipment Supplier within the specified review period. 1.04. Color Selection. Equipment Supplier shall submit samples of colors and finishes for all accepted products before Engineer will coordinate the selection of colors and finishes with Owner. 2. OPERATION AND MAINTENANCE DATA AND MANUALS. Adequate operation and maintenance information shall be supplied for all equipment requiring maintenance or other attention. The Equipment Supplier shall prepare a project specific operation and maintenance manual for each type of equipment indicated in the individual equipment sections or the equipment schedule. Parts lists and operating and maintenance instructions shall be furnished for other equipment not listed in the individual equipment sections or the equipment schedule. Operation and maintenance manuals shall include the following: a. Equipment function, normal operating characteristics, and limiting conditions. b. Assembly, installation, alignment, adjustment, and checking instructions. C. Operating instructions for startup, routine and normal operation, regulation and control, shutdown, and emergency conditions. d. Lubrication and maintenance instructions. e. Guide to troubleshooting. f. Parts lists and predicted life of parts subject to wear. (City of Lubbock, Texas ) 01300 (Southeast Water Reclamation Plant) -3- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) g. Outline, cross section, and assembly drawings; engineering data; and wiring diagrams. h. Test data and performance curves, where applicable. The operation and maintenance manuals shall be in addition to any instructions or parts lists packed with or attached to the equipment when delivered, or which may be required by installing Contractor. Three preliminary copies of each manual, temporarily bound in heavy paper covers bearing suitable identification, shall be submitted to Engineer or Contractor as directed by Owner prior to the date of shipment of the equipment. After review by Engineer, three final hard copies and three electronic copies of each operation and maintenance manual shall be prepared and delivered to Engineer not later than 30 days prior to placing the equipment in operation. All material shall be marked with project identification, and inapplicable information shall be marked out or deleted. Shipment of equipment will not be considered complete until all required manuals and data have been received. 2.01. Hard Cony Operation and Maintenance Manuals. Hard copies for preliminary and final manuals shall be temporarily bound in heavy paper covers bearing suitable identification. All manuals and other data shall be printed on heavy, first quality 8-1/2 x 11 inch paper, with standard three -hole punching. Drawings and diagrams shall be reduced to 8-1/2 x 11 inches or 11 x 17 inches. Where reduction is not practicable, larger drawings shall be folded separately and placed in envelopes, which are bound into the manuals. Each envelope shall be suitably identified on the outside. Each volume containing data for three or more items of equipment shall include a table of contents and index tabs. The final hard copy of each manual shall be prepared and delivered in substantial, permanent, three-ring or three -post binders with a table of contents and suitable index tabs. 2.02. Electronic Operation and Maintenance Manuals. Each electronic copy shall be delivered on a unique CD-ROM in Adobe Acrobat's Portable Document Format (PDF). Scanned images shall be readable with a resolution between 300 and 600 dots per inch (dpi), depending on document type. Optical Character Recognition (OCR) capture shall be performed on these images. OCR settings shall be performed with the "original image with hidden text option in Adobe Acrobat Exchange. (City of Lubbock, Texas ) 01300 (Southeast Water Reclamation Plant) -4- (Influent Lift Station Rehabilitation } (B&V PN 140092 ) File size shall be limited to 10 MB. When multiple files are required the least number of files possible shall be created. File names shall use the "eight dot three" convention (XXXXX YY.pdf), where X is the five digit number corresponding to the specification section, and YY is a two digit number set in sequential order when there is more than one PDF document (more than one O&M manual) per specification section. The initial filename for the O&M submittal will be provided with the request for final O&M manuals. Example: 11727_OO.pdf' is the first file of the Polymer Feed System ESM. Subsequent files shall be named, 11727_01.pdf, 11727_02.pdf, etc. Documents prepared in PDF format shall be processed as follows: 1. Pages shall be searchable (processed for optical character recognition) and indexed when multiple files are required. 2. Pages shall be rotated for viewing in proper orientation. 3. A bookmark shall be provided in the navigation frame for each entry in the Table of Contents. 4. Embed thumbnails shall be generated for each completed PDF file. 5. The opening view for PDF files shall be as follows: Initial View: Bookmarks and Page Page Number: Title Page (usually Page 1) Magnification: Set to Fit in Window Page: Single Page 6. Where the bookmark structure is longer than one page the bookmarks shall be collapsed to show the chapter headings only. 7. When multiple files are required the first file of the series (the parent file) shall list every major topic in the Table of Contents. The parent file shall also include minor headings bookmarked based on the Table of Contents. Major headings, whose content is contained in subsequent files (children) shall be linked to be called from the parent to the specific --. location in the child file. The child file shall contain bookmark entries for both major and minor headings contained in the child file. The first bookmark of any child file shall link back to the parent file and shall read as follows "Return to the Equipment Name Table of Contents", e.g. Return to the Polymer Feed System Table of Contents. 8. Drawings shall be bookmarked individually. 9. Files shall be delivered without security settings to permit editing, insertion and deletion of material to update the manual provided by the manufacturer. (City of Lubbock, Texas ) 01300 (Southeast Water Reclamation Plant) -5- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 2.03. Labelin-g. As a minimum, the following information shall be included on all final O&M manual materials, including CD-ROM disks, jewel cases, and hard copy manuals: Manufacturer's name. Equipment name and/or O&M title spelled out in complete words. Example: "Operations and Maintenance Manual" " " Specification Section Number. Example: "Section 15500" Project Name. " " City Project/Contract Number. "Contract No. " File Name and Date. Example: "15500 01.pdf , "5-05-02" (City of Lubbock, Texas ) (Southeast Water Reclamation Plant) (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) End of Section 01300 -6- Section 01300 SUBMITTALS 1. SHOP DRAWINGS AND ENGINEERING DATA. 1.01. General. Shop Drawings and engineering data (submittals) covering all equipment and all fabricated components and building materials which will become a permanent part of the Work under this Contract shall be submitted to Engineer or Contractor (as directed by Owner) for review, as required. Submittals shall verify compliance with the Contract Documents, and shall include drawings and descriptive information in sufficient detail to show the kind, size, arrangement, and the operation of component materials and devices; the external connections, anchorages, and supports required; the performance characteristics; and dimensions needed for installation and correlation with other materials and equipment. Each submittal shall cover items from only one section of the specification unless the item consists of components from several sources. When an item consists of components from several sources, Equipment Supplier's initial submittal shall be complete including all components. All submittals, regardless of origin, shall be approved by Equipment Supplier and clearly identified with the name and number of this Contract, Equipment Supplier's name, and references to applicable specification paragraphs and Contract Drawings. Each copy of all submittals, regardless of origin, shall be stamped or affixed with an approval statement of Equipment Supplier. Each submittal shall indicate the intended use of the item in the Work. When catalog pages are submitted, applicable items shall be clearly identified and inapplicable data crossed out. The current revision, issue number, and date shall be indicated on all drawings and other descriptive data. Equipment Supplier shall be solely responsible for the completeness of each submittal. Equipment Supplier's stamp or affixed approval statement of a submittal is a representation to Owner and Engineer that Equipment Supplier accepts sole responsibility for determining and verifying all quantities, dimensions, materials, catalog numbers, and similar data, and that Equipment Supplier has reviewed and coordinated each submittal with the requirements of the Work and the Contract Documents. All deviations from the Contract Documents shall be identified as deviations on each submittal and shall be tabulated in Equipment Supplier's letter of transmittal. Such submittals shall, as pertinent to the deviation, indicate essential details of all changes proposed by Equipment Supplier (including modifications to other facilities that may be a result of the deviation) and all required piping and wiring diagrams. (City of Lubbock, Texas ) 01300 (Southeast Water Reclamation Plant) -I- (influent Lift Station Rehabilitation ) (B&V PN 140092 ) Five copies (or one reproducible copy) of each drawing and the necessary data shall be submitted to Engineer. If submittal is made through Contractor, such additional copies as requested by Contractor shall be provided. Engineer will return two marked copies (or one marked reproducible copy) to Equipment Supplier or Contractor. Facsimile (fax) or electronic copies will not be acceptable. Engineer will not accept submittals from anyone but Equipment Supplier or Contractor. Submittals shall be consecutively numbered in direct sequence of submittal and without division by subcontracts or trades. 1.02. Engineer's Review of Submittals. Engineer's review of submittals covers only general conformity to the Drawings and Specifications, external connections, and dimensions that affect the layout; it does not indicate thorough review of all dimensions, quantities, and details of the material, equipment, device, or item covered. Engineer's review shall not relieve Equipment Supplier of sole responsibility for errors, omissions, or deviations in the drawings and data, nor of Equipment Supplier's sole responsibility for compliance with the Contract Documents. Engineer's submittal review period shall be 21 consecutive calendar days and shall commence on the first calendar day following receipt of the submittal or resubmittal in Engineer's office. The time required to mail the submittal or resubmittal back to Equipment Supplier shall not be considered a part of the submittal review period. When the drawings and data are returned marked "NOT ACCEPTABLE" or "RETURNED FOR CORRECTION", the corrections shall be made as noted thereon and as instructed by Engineer and five corrected copies (or one corrected reproducible copy) resubmitted. Facsimile (fax) or electronic copies will not be acceptable. When the drawings and data are returned marked "EXCEPTIONS NOTED", "NO EXCEPTIONS NOTED", or "RECORD COPY", no additional copies need be furnished unless specifically requested by Engineer. 1.03. Resubmittal of Drawings and Data. Equipment Supplier shall accept full responsibility for the completeness of each resubmittal. Equipment Supplier shall verify that all corrected data and additional information previously requested by Engineer are provided on the resubmittal. I_ When corrected copies are resubmitted, Equipment Supplier shall direct specific attention to all revisions in writing and shall list separately any revisions made other than those called for by Engineer on previous submittals. Requirements specified for initial submittals shall also apply to resubmittals. Resubmittals shall bear the number of the first submittal followed by a letter (A, B, etc.) or a unique identification that indicates the initial submittal and correct sequence of each resubmittal. (City of Lubbock, Texas ) 01300 (Southeast Water Reclamation Plant) -2- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) If more than one resubmittal is required because of failure of Equipment Supplier to provide all previously requested corrected data or additional information, Equipment Supplier shall reimburse Owner for the charges of Engineer for review of the additional resubmittals. This does not include initial submittal data such as shop tests and field tests that are submitted after initial submittal. Resubmittals shall be made within 30 days of the date of the letter returning the material to be modified or corrected, unless within 14 days Equipment Supplier submits an acceptable request for an extension of the stipulated time period, listing the reasons the resubmittal cannot be completed within that time. The need for more than one resubmittal, or any other delay in obtaining Engineer's review of submittals, will not entitle Equipment Supplier to extension of the Contract Times unless delay of the Work is the direct result of a change in the Work authorized by a Change Order or failure of Engineer to review and return any submittal to Equipment Supplier within the specified review period. 1.04. Color Selection. Equipment Supplier shall submit samples of colors and finishes for all accepted products before Engineer will coordinate the selection of colors and finishes with Owner. 2. OPERATION AND MAINTENANCE DATA AND MANUALS. Adequate operation and maintenance information shall be supplied for all equipment requiring maintenance or other attention. The Equipment Supplier shall prepare a project specific operation and maintenance manual for each type of equipment indicated in the individual equipment sections or the equipment schedule. Parts lists and operating and maintenance instructions shall be furnished for other equipment not listed in the individual equipment sections or the equipment schedule. Operation and maintenance manuals shall include the following: a. Equipment function, normal operating characteristics, and limiting conditions. b. Assembly, installation, alignment, adjustment, and checking instructions. C. Operating instructions for startup, routine and normal operation, regulation and control, shutdown, and emergency conditions. d. Lubrication and maintenance instructions. e. Guide to troubleshooting. Parts lists and predicted life of parts subject to wear. (City of Lubbock, Texas ) 01300 (Southeast Water Reclamation Plant) -3- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) g. Outline, cross section, and assembly drawings; engineering data; and wiring diagrams. h. Test data and performance curves, where applicable. The operation and maintenance manuals shall be in addition to any instructions or parts lists packed with or attached to the equipment when delivered, or which may be required by installing Contractor. Three preliminary copies of each manual, temporarily bound in heavy paper covers bearing suitable identification, shall be submitted to Engineer or Contractor as directed by Owner prior to the date of shipment of the equipment. After review by Engineer, three final hard copies and three electronic copies of each operation and maintenance manual shall be prepared and delivered to Engineer not later than 30 days prior to placing the equipment in operation. All material shall be marked with project identification, and inapplicable information shall be marked out or deleted. Shipment of equipment will not be considered complete until all required manuals and data have been received. 2.01. Hard Coov Operation and Maintenance Manuals. Hard copies for _ preliminary and final manuals shall be temporarily bound in heavy paper covers bearing suitable identification. All manuals and other data shall be printed on heavy, first quality 8-1/2 x 11 inch paper, with standard three -hole punching. Drawings and diagrams shall be reduced to 8-1/2 x 11 inches or 11 x 17 inches. Where reduction is not practicable, larger drawings shall be folded separately and placed in envelopes, which are bound into the manuals. Each envelope shall be suitably identified on the outside. Each volume containing data for three or more items of equipment shall include a table of contents and index tabs. The final hard copy of each manual shall be prepared and delivered in substantial, permanent, three-ring or three -post binders with a table of contents and suitable index tabs. 2.02. Electronic Operation and Maintenance Manuals. Each electronic copy shall be delivered on a unique CD-ROM in Adobe Acrobat's Portable Document Format (PDF). Scanned images shall be readable with a resolution between 300 and 600 dots per inch (dpi), depending on document type. Optical Character Recognition (OCR) capture shall be performed on these images. OCR settings shall be performed with the "original image with hidden text" option in Adobe Acrobat Exchange. (City of Lubbock, Texas ) 01300 (Southeast Water Reclamation Plant) -4- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) File size shall be limited to 10 MB. When multiple files are required the least number of files possible shall be created. File names shall use the "eight dot three" convention (XXXXX_YY.pdf), where X is the five digit number corresponding to the specification section, and YY is a two digit number set in sequential order when there is more than one PDF document (more than one O&M manual) per specification section. The initial filename for the O&M submittal will be provided with the request for final O&M manuals. Example: 11727 is the first file of the Polymer Feed System ESM. Subsequent files shall be named, 11727_01.pdf, 11727_02.pdf, etc. Documents prepared in PDF format shall be processed as follows: 1. Pages shall be searchable (processed for optical character recognition) and indexed when multiple files are required. 2. Pages shall be rotated for viewing in proper orientation. 3. A bookmark shall be provided in the navigation frame for each entry in the Table of Contents. 4. Embed thumbnails shall be generated for each completed PDF file. 5. The opening view for PDF files shall be as follows: Initial View: Bookmarks and Page Page Number: Title Page (usually Page 1) Magnification: Set to Fit in Window Page: Single Page 6. Where the bookmark structure is longer than one page the bookmarks shall be collapsed to show the chapter headings only. 7. When multiple files are required the first file of the series (the parent file) shall list every major topic in the Table of Contents. The parent file shall also include minor headings bookmarked based on the Table of Contents. Major headings, whose content is contained in subsequent files (children) shall be linked to be called from the parent to the specific location in the child file. The child file shall contain bookmark entries for both major and minor headings contained in the child file. The first bookmark of any child file shall link back to the parent file and shall read as follows "Return to the Equipment Name Table of Contents", e.g. Return to the Polymer Feed System Table of Contents. 8. Drawings shall be bookmarked individually. 9. Files shall be delivered without security settings to permit editing, insertion and deletion of material to update the manual provided by the manufacturer. - (City of Lubbock, Texas ) 01300 (Southeast Water Reclamation Plant) -5- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 2.03. Labeling. As a minimum, the following information shall be included on all final O&M manual materials, including CD-ROM disks, jewel cases, and hard copy manuals: Manufacturer's name. Equipment name and/or O&M title spelled out in complete words. Example: "Operations and Maintenance Manual" " it Specification Section Number. Example: "Section 15500" Project Name. " n n City Project/Contract Number. "Contract No. File Name and Date. Example: "15500_01.pdfn, "5-05-02n End of Section L (City of Lubbock, Texas ) 01300 (Southeast Water Reclamation Plant) -6- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 01605 GENERAL EQUIPMENT REQUIREMENTS 1. SCOPE. All equipment furnished under this Contract shall conform to the general requirements set forth in this section, except as otherwise specified in other sections. 2. COORDINATION. Equipment Supplier shall coordinate all details of the equipment with the Contractor performing the installation work, including verification that all structures, piping, wiring, and equipment components are compatible. Equipment Supplier shall notify Contractor of all structural and other alterations in the Work required to accommodate equipment differing in dimensions or other characteristics from that contemplated in the Contract Drawings or Specifications. 3. EQUIPMENT SUPPLIER'S EXPERIENCE. Unless specifically named in the Specifications, Equipment Supplier shall have furnished equipment of the type and size specified which has been in successful operation for not less than the past 5 years. 4. WORKMANSHIP AND MATERIALS. Equipment Supplier shall guarantee all equipment against faulty or inadequate design, improper assembly or erection, defective workmanship or materials, and leakage, breakage, or other failure. Y£ Materials shall be suitable for service conditions. All equipment shall be designed, fabricated, and assembled in accordance with recognized and acceptable engineering and shop practice. Individual parts shall be manufactured to standard sizes and thicknesses so that repair parts, furnished at any time, can be installed in the field. Like parts of duplicate units shall be interchangeable. Equipment shall not have been in service at any time prior to delivery, except as required by tests. Except where otherwise specified, structural and miscellaneous fabricated steel used in equipment shall conform to AISC standards. All structural members shall be designed for shock or vibratory loads. Unless otherwise specified, all steel which will be submerged, all or in part, during normal operation of the equipment shall be at least 1/4 inch thick. When dissimilar metal components are used, consideration shall be given to prevention of galvanic corrosion. 5. PROGRAMMING SOFTWARE. Programming software shall be provided for any equipment which includes a programmable logic controller (PLC) or other digital controller that is user -programmable. The software shall be suitable for loading and running on a laptop personal computer operating with a Windows -based operating system. A copy of the manufacturer's original operating logic program shall be provided for use in maintaining and troubleshooting the equipment. Where multiple pieces of equipment, from the same or different vendors, use the same programming software, only one copy of the software need be provided. End of Section (City of Lubbock, Texas ) 01605 (Southeast Water Reclamation Plant) -1- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 01610 GENERAL EQUIPMENT STIPULATIONS - 1. SCOPE. When an equipment specification section in this Contract references this section, the equipment shall conform to the general stipulations set forth in this section, except as otherwise specified in other sections. 2. COORDINATION. Coordination shall be as specified in Section 01605 General Equipment Requirements when included in the Contract Documents. 3. EQUIPMENT SUPPLIER'S EXPERIENCE. Equipment Suppliers experience requirements shall be as specified in Section 01605 when included in the Contract Documents. 4. WORKMANSHIP AND MATERIALS. Workmanship and Materials shall be as specified in Section 01605 when included in the Contract Documents. 5. LUBRICATION. Equipment shall be adequately lubricated by systems which require attention no more frequently than weekly during continuous operation. Lubrication systems shall not require attention during startup or shutdown and shall not waste lubricants. Lubricants of the types recommended by the equipment manufacturer shall be provided in sufficient quantities to fill all lubricant reservoirs and to replace all consumption during testing, startup, and operation prior to acceptance of equipment by Owner. Lubrication facilities shall be convenient and accessible. Oil drains and fill openings shall be easily accessible from the normal operating area or platform. Drains shall allow for convenient collection of waste oil in containers from the normal operating area or platform without removing the unit from its normal installed position. _ 6. ELEVATION. The elevation of the site is approximately 3,150 feet. All equipment furnished shall be designed to meet stipulated conditions and to - operate satisfactorily at the specified elevation. 7. ELECTRIC MOTORS. Motors furnished with equipment shall meet the requirements specified in specific equipment sections. 8. ADJUSTABLE SPEED DRIVES. Each mechanical adjustable speed drive shall have a service factor of at least 1.75 at maximum speed based on the nameplate horsepower [kilowatts] of the drive motor. A spare belt shall be provided with each adjustable speed drive unit employing a belt for speed change. Unless specifically permitted by the detailed equipment specifications, bracket type mounting will not be acceptable for variable speed drives. (City of Lubbock, Texas ) 01610 (Southeast Water Reclamation Plant) -I- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 9. ANCHOR BOLTS. Not Used. 10. EQUIPMENT BASES. Unless otherwise indicated or specified, all equipment shall be installed on concrete bases at least 6 inches high. Cast iron or welded steel baseplates shall be provided for pumps, compressors, and other equipment. Each unit and its drive assembly shall be supported on a single baseplate of neat design. Baseplates shall have pads for anchoring all components, and adequate grout holes. Baseplates for pumps shall have a means for collecting leakage and a threaded drain connection. Baseplates shall be anchored to the concrete base with suitable anchor bolts and the space beneath filled with grout. 11. SPECIAL TOOLS AND ACCESSORIES. Equipment requiring periodic repair and adjustment shall be furnished complete with all special tools, instruments, and accessories required for proper maintenance. Equipment requiring special devices for lifting or handling shall be furnished complete with those devices. 12. SHOP PAINTING. All iron and steel surfaces of the equipment shall be protected with suitable protective coatings applied in the shop. Surfaces of the equipment that will be inaccessible after assembly shall be protected for the life of the equipment. Coatings shall be suitable for the environment where the equipment is installed. Exposed surfaces shall be finished, thoroughly cleaned, and filled as necessary to provide a smooth, uniform base for painting. Electric motors, speed reducers, starters, and other self-contained or enclosed components shall be shop primed or finished with an epoxy or polyurethane enamel or universal type primer suitable for top coating in the field with a universal primer and aliphatic polyurethane system. Surfaces to be coated after installation shall be prepared for painting as recommended by the paint manufacturer for the intended service, and then shop painted with one or more coats of a universal primer. Machined, polished, and nonferrous surfaces which are not to be painted shall be coated with rust -preventive compound as recommended by the equipment manufacturer. 13. PREPARATION FOR SHIPMENT. Equipment shall be prepared for shipment as specified in Section 01612 - Shipping. 14. STORAGE. Not Used. 15. INSTALLATION AND OPERATION. Not used. (City of Lubbock, Texas ) 01610 (Southeast Water Reclamation Plant) -2- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 16. OBSERVATION OF PERFORMANCE TESTS. Where the Specifications require the presence of Engineer, initial tests shall be observed or witnessed by Engineer. Owner shall be reimbursed by Equipment supplier for all costs of subsequent visits by Engineer to witness or observe incomplete tests, retesting, or subsequent tests. 17. PROGRAMMING SOFTWARE. Programming software shall be provided for any equipment which includes a programmable logic controller (PLC) or other digital controller that is user -programmable. The software shall be suitable for loading and running on a laptop personal computer operating with a Windows - based operating system. A copy of the manufacturer's original operating logic program shall be provided for use in maintaining and troubleshooting the equipment. Where multiple pieces of equipment, from the same or different vendors, use the same programming software, only one copy of the software need be provided. End of Section (City of Lubbock, Texas ) 01610 (Southeast Water Reclamation Plant) -3- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 01612 1. SCOPE. This section covers packaging and shipping of materials and equipment. 2. PREPARATION FOR SHIPMENT. All equipment shall be suitably packaged to facilitate handling and to protect against damage during transit and storage. All equipment shall be boxed, crated, or otherwise completely enclosed and protected during shipment, handling, and storage. All equipment shall be protected from exposure to the elements and shall be kept dry at all times. Painted and coated surfaces shall be protected against impact, abrasion, discoloration, and other damage. Painted and coated surfaces which are damaged prior to acceptance of equipment shall be repainted to the satisfaction of Engineer. Grease and lubricating oil shall be applied to all bearings and similar items. 3. SHIPPING. Before shipping each item of equipment shall be tagged or marked as identified in the delivery schedule or on the Shop Drawings. Complete packing lists and bills of material shall be included with each shipment. End of Section (City of Lubbock, Texas ) 01612 ---, (Southeast Water Reclamation Plant) -1- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 16150 ADJUSTABLE FREQUENCY DRIVES Data Sheet Para- ascription Data Units graph enerai riven equipment specification umber. nit Designations. WW-P-1101A through RVWU-P-1105B uantity of AFD's required. ight 1-2.01. FD furnished by manufacturer of riven equipment. . Yes No 1-2.02. General Equipment Requirements. • Yes No 1-3.01. Type of pulse -width modulation for drives. Six -pulse Eighteen -pulse 1-3.02. 1-4r. ubmit certification of conformal • Yes oating on all circuit boards. No 1-4s. ubmit harmonic calculations at Yes oint of common coupling. • No 1-4t. ubmit detailed harmonic testing Yes Ian. No erformance Requirements -2 oad characteristics. Constant torque • Variable torque Altitude PM • Below 3300 [1000] Ft. [m] Above 3300 [1000] If "Above" is selected, indicate elevation. Drive Characteristics Drive voltage. 120 volt, 1-phase, 60 Hz 240 volt, 1-phase, 60 Hz 208 volt, 3-phase, 60 Hz 240 volt, 3-phase, 60 Hz • 480 wit, 3-phase, 60 Hz LAarmonlc nhanced or non-standard features. Analysis (City of Lubbock, Texas ) 16150 (Southeast Water Reclamation Plant) -I- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Existing facility loads to be included n harmonic calculation and testing. hort circuit current at utility nterface. otal maximum running amperes of 11 equipment powered from the tility connection. - 0peration from standby generator. • Yes 2.04.02 No Three phase fault current rating. inimum 42,000 amperes -3.01 Maximum footprint dimensions equired. Yes No -3.01 en "Yes" is selected, indicate aximum dimensions. 36 Wide, 27 Deep, 95 High n [m] onstruction Features able entry. Drive top •° Drive bottom Cable exit. Drive top • Drive bottom Drive enclosure type. NEMA Type 1 NEMA Type 12 Other When "Other" is selected, indicate ump moisture detection relays and 24 alternative. Olt CPT mounted in drive enclosure. -3.04. Conformal coating on circuit boards. Yes No -3.05. hop painting. Gray color Manufacturer's standard color Corrosion resistant coating required Guarantee of hydrogen sulfide resistant coating required. ptional Equipment -4.01. 3ypass switch. Yes • No -4.04. IsolationNoltage matching ransformers. Yes No -4.05. umish power factor correction pacitors for constant speed Yes otors. • No en "Yes" is selected, indicate nstant speed motor tag numbers. (City of Lubbock, Texas ) 16150 (Southeast Water Reclamation Plant) -2- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) en "Yes" is selected, indicate Indoor ower factor correction capacitor a.nclosure type. Outdoor -4.06. Dutput dv/dt filters. Yes No ontrols, Accessories, and esting -5.01. lapsed time meter. • Yes No -5.01. ID set point control selection equired. Yes .No aximum noise level. . 85 dB [dB] Other en "Other" is selected, indicate aximum noise level. -5.03. Motor protection relay (MPR). Yes • No -7.02. econdary factory testing with AFD Ind driven equipment in place. Yes No field Services and Testing -4. nstallation supervision required. • Yes Manufacturer shall certify No nstallation. Slumber of working days for 1 nstallation supervisor. Pslumber of roundtrips for installation 1 upervisor. -5.02. Harmonic distortion test. Yes • No Training -6. Fraining. •Yes No umber of OWNER personnel to be ive rained. umber of working days required 2 or training. umber of round trips required for 1 raining. (City of Lubbock, Texas ) 16150 (Southeast Water Reclamation Plant) -3- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Section 16150 ADJUSTABLE FREQUENCY DRIVES PART 1 - GENERAL 1-1. SCOPE. This section covers pulse width modulated (PWM) type adjustable frequency drives (AFD) for the equipment and locations as required. AFDs shall meet the design conditions and features as required. AFD's shall be designated and shall be located as required. 1-1.01. Terminolony. When the phrase "as required" is stated in this section it shall mean "as required in the attached Data Sheet". 1-2. GENERAL. Equipment provided under this section shall be fabricated and assembled in full conformity with drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer, unless exceptions are noted by ENGINEER. Equipment provided under this Section shall be suitably sized and compatible with the eight, 60 hP Flygt Model NP3301.180 submersible pumps furnished by Owner. Equipment provided under this section shall be furnished and installed by the Flygt pump supplier, no alternate. The lump -sum cost from the pump supplier for this work will be made available to all bidders and shall be included in the Contractor's bid price. Equipment provided under this Section shall be fabricated as specified in this Section and as shown on the schematics and one line diagrams on the Contract Drawings. Unless otherwise indicated on the drawings, one adjustable frequency drive, complete with all required control components, shall be furnished for each motor. AFDs shall be manufactured/assembled in their entirety at the manufacturer's factory. Systems fabricated or assembled in whole or in part by parties other than the drive manufacturer will not be acceptable. 1-2.01. Coordination. The design of the adjustable frequency drive shall be coordinated with the driven equipment. CONTRACTOR shall be responsible for coordinating the collection of data and the design effort to limit harmonics to the levels specified. (City of Lubbock, Texas ) 16150 (Southeast Water Reclamation Plant) -4- (Influent Lift Station Rehabilitation ) [ (B&V PN 140092 ) As required, the manufacturer of the driven equipment shall be responsible for furnishing the adjustable frequency drive. 1-2.02. General Equipment Requirements. As required, the General Equipment Requirements shall apply to all equipment furnished under this section. 1-2.03. Dimensional Restrictions. Layout dimensions will vary between manufacturers and the layout area indicated on the drawings is based on typical values. The supplier shall review the Contract Drawings, the manufacturer's layout drawings and installation requirements, and make any modifications required for proper installation subject to acceptance by ENGINEER. -- 1-2.04. Workmanship and Materials. Equipment supplier shall guarantee all equipment against faulty or inadequate design, improper assembly or erection, defective workmanship or materials, and leakage, breakage, or other failure. Materials shall be suitable for service conditions. All equipment shall be designed, fabricated, and assembled in accordance with recognized and acceptable engineering and shop practice. Individual parts shall be manufactured to standard sizes and thicknesses so that repair parts, furnished at any time, can be installed in the field. Like parts of duplicate units shall be interchangeable. Equipment shall not have been in service at any time prior to delivery, except as required by tests. 1-2.05. Abbreviations. Reference to standards and organizations in the Specifications shall be by the following abbreviated letter designations: AISI American Iron and Steel Institute ANSI American National Standards Institute AWG American Wire Gauge IEEE Institute of Electrical and Electronics Engineers NEC National Electrical Code NEMA National Electrical Manufacturers Association UL Underwriters' Laboratories 1-2.06. Governing Standards. The adjustable frequency drive shall be designed, constructed, and tested in accordance with the applicable standards of NEMA, ANSI, UL, and IEEE, and shall be designed for installation in accordance with the NEC. The drives shall be listed by a Nationally Recognized Testing Laboratory (NRTL). 1-2.07. Nameplates. Nameplates with the description and designation of each control or indicating device shall be provided. Unless specified otherwise, each drive enclosure shall be provided with a nameplate bearing the unit designation as indicated in the data sheet. Nameplates shall be black and white laminated (City of Lubbock, Texas ) 16150 (Southeast Water Reclamation Plant) -5- (Influent Lift Station Rehabilitation ) `' (B&V PN 140092 ) phenolic material of suitable size, and shall be engraved with 3/8 inch [10 mm] high letters for the drive designation and 3/16 inch [5 mm] letters for other information. The engraving shall extend through the black exterior lamination to the white center. Each control device and each control wire terminal block connection inside the enclosure shall be identified with permanent nameplates or painted legends to match the identification on the manufacturer's wiring diagram. 1-3. DESCRIPTION. The AFD shall produce an adjustable ac voltage/frequency output and shall be equipped with an output voltage regulator to maintain correct output V/Hz despite incoming voltage variations. 1-3.01. Six -Pulse Drives. Not Used. 1-3.02. Eighteen -Pulse Drives. As required, drives shall be of the pulse -width modulated type and shall consist of an 18-pulse, full -wave diode or gated -open SCR bridge. The rectifier shall convert incoming fixed voltage and fixed frequency to a fixed do voltage. The pulse -width modulation technology shall be of the space vector type, implemented in a microprocessor that generates a sine -coded output voltage. The phase shifting transformer required to produce the phase shifted input to the 18-pulse rectifier shall be factory wired and mounted within the drive enclosure as an integral part of the drive assembly. External transformers shall not be required. The AFD inverter output shall be generated by insulated gate bipolar transistors (IGBT) which shall be controlled by six identical base driver circuits. The AFD shall not induce excessive power losses in the motor. The worst case RMS motor line current measured at rated speed, torque, and voltage shall not exceed 1.05 times the rated RMS motor current for pure sine wave operation. 1-4. SUBMITTALS. Complete assembly, foundation, and installation drawings, together with complete engineering data covering the materials used, parts, devices, and accessories forming a part of the drive shall be submitted in accordance with the submittals section. The drawings and data shall include, but shall not be limited to, the following: a. Name of manufacturer. b. Types and model numbers. C. Rated drive input kVA and output kVA. d. Percent efficiency at 100 percent speed and 60 percent speed. e. Maximum Btu [kJ] heat release data and verification of the drive cooling requirements. f. Total weight and lifting instructions, height, mounting, and floor space required. (City of Lubbock, Texas ) 16150 (Southeast Water Reclamation Plant) -6- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) g. Panel interior and front and side exterior view details showing maximum overall dimensions of all transformer, bypass contactor, ac line filter, ac line reactor, and drive compartments. h. Schematics, including all interlocks. I. Wiring diagrams, including all internal and external devices and terminal blocks. j. Locations and sizes of electrical connections, ground terminations, and shielded wires. k. List of diagnostic indicators. I. List of fault and failure conditions that the drive can recognize and indicate for simultaneous occurrence. m. List of standard features and options. n. List of spare parts to be furnished. o. Input line protection model numbers and manufacturer's data sheets. p. Output filter model number and manufacturer's data sheets. q. UL 508C Certificate of Compliance for short circuit current rating. r. As required, certification of conformal coating on all printed circuit boards. 1-5. OPERATION AND MAINTENANCE DATA AND MANUALS. Adequate operation and maintenance information shall be supplied. Operation and maintenance manuals shall be submitted in accordance with the submittals section. Operation and maintenance manuals shall include the following: a. Manufacturer's operation and maintenance manual for each size of adjustable frequency drive. b. Manufacturer's standard manuals for each size and type of bypass contactor, transformer, line reactor, and filter. C. Schematics, wiring diagrams, and panel drawings in conformance with construction record. d. Model numbers and up-to-date cost data for spare parts. e. Troubleshooting procedures, with a cross-reference between symptoms and corrective recommendations. f. Connection data to permit removal and installation of recommended smallest field -replaceable parts. g. Information on testing of power supplies and printed circuit boards and (City of Lubbock, Texas ) 16150 (Southeast Water Reclamation Plant) -7- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) an explanation of the drive diagnostics. The operation and maintenance manuals shall be in addition to any instructions or parts lists packed with or attached to the equipment when delivered. 1-6. SPARE PARTS. The drive manufacturer shall provide spare parts for each type and size of drive supplied. The spare parts shall include at least one complete set of all plug-in components for each size and type of drive, and shall include the following: Power fuses Control fuses Indicating lights Rectifier power semiconductors Inverter power semiconductors One of each type printed circuit board and gate firing board Other field -replaceable component parts Spare parts shall be suitably packaged, as specified herein, with labels indicating r the contents of each package. Spare parts shall be delivered to OWNER as directed. 1.7. DELIVERY STORAGE AND HANDLING. Shipping shall be in accordance with the shipping section. Handling and storage shall be in accordance with the handling and storage section. PART 2 - PRODUCTS 2-1. ACCEPTABLE MANUFACTURERS. All drives shall be pulse -width modulated type, as manufactured by Square D, without exception. The products of other manufacturers will not be acceptable. All adjustable frequency drives shall be a product of the same manufacturer. 2-2. PERFORMANCE AND DESIGN REQUIREMENTS. 2-2.01. Performance. The adjustable frequency drive controller shall be of sufficient capacity and shall produce a quality output waveform for stepless motor control from 10 to 100 percent of base speed. The adjustable frequency drive shall be suitable for either constant torque (CT) or variable torque (VT) loads as required. The adjustable frequency drive shall meet the following ratings and parameters: (City of Lubbock, Texas ) 16150 (Southeast Water Reclamation Plant) -8- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) Input voltage and frequency Voltage and phase as required (t10 percent), 60 Hz (t2 Hz); imbalance, 2 percent maximum. Continued operation with additional momentary 25 percent voltage dip of 0.5 second duration from nominal input voltage level. Minimum drive efficiency 95 percent at 100 percent speed, 90 percent at 60 percent speed. Ambient temperature 0 to 40°C. Relative Humidity 0 to 95 percent non -condensing. Displacement Power Factor 95 percent or higher throughout the entire operating speed range, measured at drive input terminals. Drive service factor 1.0. Overcurrent capability 110 percent for 1 minute for variable torque; 150 percent for 1 minute for constant torque. Volts/Hz ratio Voltage varies as the square of frequency over the entire range of the unit for variable torque drives, linear over the entire range of the unit for constant torque drives; except under voltage boost condition. Acceleration/deceleration time Adjustable over a range that meets the requirements of the drive equipment. Output speed regulation 0.5 percent. Output frequency stability 0.5 percent of nominal. 2-2.02. Adjustments. The following drive adjustments shall be provided: Maximum speed. Minimum speed. Linear acceleration time. Linear deceleration time. Volts/Hz ratio; linear, squared, and automatic settings. Voltage boost. Process follower gain, offset, and bias. (City of Lubbock, Texas ) 16150 (Southeast Water Reclamation Plant) -9- (Influent Lift Station Rehabilitation ) -- (B&V PN 140092 ) Torque limit. Critical frequency avoidance with adjustable bandwidth. 2-2.03. Fault Protection. Design of the power circuit shall include provisions for protection against fault conditions as follows. 2-2.03.01. Input Protection. The drive assembly shall be UL 508C listed. A UL Certificate of Compliance shall be submitted to confirm product compliance with UL 508C and to indicate the short circuit current rating. The short circuit current rating shall meet or exceed the available short circuit current indicated on the Contract Drawings. Solid state instantaneous overcurrent trip set at 180 percent. Adjustable overvoltage and undervoltage protection with automatic restart. Phase loss and reverse phase trip with manual restart. 2-2.03.02. Internal Protection. AC line, phase -to -phase transient voltage surge suppression utilizing metal oxide varistors. Drive shall meet the requirements of IEEE C62.41. Power device snubbers. Power devices rated 2.5 times line voltage. Instantaneous overcurrent. Static overspeed (overfrequency) protection. DC bus overvoltage trip. Components and labeling that comply with UL 508 requirements. Drives shall be equipped with an automatic discharge circuit to deplete the charge on the DC capacitor bank to less than 50 volts within 60 seconds after main input power is removed. Labels indicating derivative voltage sources and required wait time for servicing after power removal shall be placed on all applicable enclosures. Individual transistor overtemperature and overcurrent protection. Control logic circuit malfunction indication. (City of Lubbock, Texas ) 16150 (Southeast Water Reclamation Plant) -10- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 2-2.03.03. Output Protection. Inverse -time motor overload protection adjustable from 10 percent to 100 percent. Overvoltage protection. Overfrequency protection. Short circuit protection (three phase, phase to phase, and ground fault protection). Protection against opening or shorting of motor leads. Static overspeed protection. Stall protection on overload with inverse time overcurrent trip, adjustable current limit from 10 percent to 120 percent. 2-2.04. Harmonic Distortion Abatement. The electrical system shall be provided with the necessary equipment to protect the drive and the power system ahead of the drive from harmonic distortion, as described below. The drive shall operate satisfactorily when connected to a bus supplying other solid-state power conversion equipment which may be causing up to 10 percent total harmonic voltage distortion and commutation notches up to 36,500 volt - microseconds. Harmonic distortion abatement equipment shall be provided to bring the facility and its electrical system into compliance with IEEE 519, 1992 at the points of analysis defined below and indicated on the Contract Drawings. The supplier shall review the existing facility loads and shall take note of the equipment listed in the data sheet. All distortion reports and/or testing shall include the existing facility loads. The maximum total harmonic distortion (THD and TDD) allowed at the points of analysis shall include harmonics from the existing equipment as well as -- the harmonics from equipment provided under this Section. 2-2.04.01. Current Distortion Limits. Maximum allowable total and individual harmonic current distortion limits for each odd harmonic shall not exceed limits set forth in IEEE 519, 1992. The utility connection shall be the primary point of analysis for current distortion. The values of utility short circuit current at the utility interface and the total maximum running amperes of all equipment powered from the utility connection shall be as indicated on the Data Sheet. 2-2.04.02. Voltage Distortion Limits. Individual or simultaneous operation of the drives shall result in a maximum total harmonic voltage distortion of 5 percent on the bus feeding the drives. As required, individual or simultaneous operation of the drives shall not add more than 10 percent total harmonic voltage distortion to the bus feeding the drives while operating from a standby generator. The point(s) (City of Lubbock, Texas ) 16150 (Southeast Water Reclamation Plant) -11- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) of analysis for harmonic voltage distortion testing shall be the nearest electrical bus on the supply side of each drive. The three phase fault current at the bus feeding the drives is as indicated on the Data Sheet. 2-3. CONSTRUCTION. 2-3.01. Fabrication and Assembly. The adjustable frequency drive system shall be shop assembled in a single enclosure using interchangeable plug-in printed circuit boards and power conversion components wherever possible. Shop assembly shall be performed by the drive manufacturer; systems fabricated or assembled in whole or in part by parties other than the drive manufacturer will not be acceptable. Changes to the drive manufacturer's product by a distributor or system integrator are not allowed. Input line reactors, fuses, circuit breakers, and filters, where required, shall be mounted within the drive enclosure, without exception. Isolation/voltage matching transformers, where required, may be enclosed separately from the remaining drive equipment. The adjustable frequency drive system shall be designed to fit in the space indicated on the drawings. When space is limited, the maximum drive dimensions shall be as required. 2-3.02. Wiring. Internal cabinet wiring shall be neatly installed in wireways or with wire ties where wireways are not practical. Where wireway is used, they are to be mounted to the panel surface with a continuous run of 3M brand, or equal, industrial two-sided adhesive strip. For 12 AWG wire sizes and smaller, and in bundles of six or less, wire tie -down square mounting straps shall be permitted. Tie -down mounts shall be installed at 8" increments or less. All mounting surfaces shall be pre -cleaned with isopropyl alcohol to ensure proper adhesion over the life of the equipment. Power entry and exit for the drive shall be through the top or bottom of the drive as required. Terminal blocks shall be nonbrittle, interlocking, track -mounted type, complete with a marking strip, covers, and pressure connectors. Screw terminals will not be acceptable. A terminal shall be provided for each conductor of external circuits, plus one ground for each shielded cable. In freestanding panels, 8 inches [200 mm] of clearance shall be provided between terminals and the panel base for conduit and wiring space. Not less than 25 percent spare terminals shall be provided. Terminals shall be labeled to agree with the identification on the submittal drawings. Each control loop or system shall be individually fused, clearly labeled, and located for ease of maintenance. (City of Lubbock, Texas ) 16150 (Southeast Water Reclamation Plant) -12- (Influent Lift Station Rehabilitation )_ (B&V PN 140092 ) All grounding wires shall be attached to the sheet metal enclosure with a ring tongue terminal. The surface of the sheet metal shall be prepared to ensure good conductivity and corrosion protection. Wires shall not be kinked or spliced and shall be color coded or marked on both ends. The markings or color coding shall agree with the submittal drawings. With the exception of electronic circuits, all interconnecting wiring and wiring to terminals for external connection shall be stranded copper, insulated for at least 600 volts, with a moisture -resistant and flame-retardant covering rated for at least 90°C. 2-3.03. Enclosures. The drive shall consist of factory mounted and wired components within an enclosure, rated as required, and arranged so no electrically live components, terminals, or conductors are accessible on the front panel or door when the enclosure door is open. The complete drive package, including accessories, shall fit into the space indicated on the drawings. Freestanding panels shall be suitable for mounting on a concrete pad and shall include provisions for anchoring to the supporting structure. Suitable lifting facilities shall be provided for handling and shipment. Relays, terminals, and special devices inside the control enclosure shall have permanent markings to match the identification on the manufacturer's wiring diagrams. 2-3.04. Printed Circuit Boards. As required, all printed circuit boards shall be sprayed on both sides with a conformal coating. The conformal coating shall be a part of the AFD manufacturing process and shall be selectively applied to the circuit board connections only. Heat sinks and resistors on the circuit board shall not be coated. Conformal coating shall be Konform "C416" or HumiSeal. All plug-in type boards shall be mechanically held at the circuit board connector. Compression fit only at the connector will not be acceptable. 2-3.05. Shop Painting. All iron and steel surfaces, except machined surfaces and stainless steel, shall be shop cleaned in accordance with the coating manufacturer's recommendations, and finished with the drive manufacturer's standard coating. Finish color shall be the manufacturer's standard color. Dry film thickness of the finish coat shall be at least 4 mils [100 pm]. Field painting, other than touch up, will not be required. A sufficient quantity of additional coating material and thinner shall be furnished for field touch up of damaged coatings. 2-4. OPTIONAL EQUIPMENT. 2-4.01. Bypass Switch. Not Used. (City of Lubbock, Texas ) 16150 (Southeast Water Reclamation Plant) -13- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 24.02. AC Line Reactors. Each six -pulse AFD, where isolation/voltage matching transformers are not used, shall be supplied with an input ac line reactor. AC line reactors shall be designed to address performance issues of NEMA MG1-20.55 and to provide proper transient protection of the AFD input power devices. AC line reactors shall be factory mounted and wired within the AFD enclosure. AC line reactors shall be K-rated per IEEE C57-110 and shall be TCI Model KLR, or equal. 2-4.03. Harmonic Filters. When harmonic filters are required to comply with the total harmonic distortion limits specified herein, the AFD manufacturer shall design and provide the required filters. The harmonic filters shall utilize an interlocking contactor that shall be automatically operated by the AFD run circuit. The AFD manufacturer shall be responsible for the complete filter unit, including the filter contactor. Harmonic filters shall be TCI Harmonic Guard HG7 Series, or equal. 2-4.04. IsolationNoltage Matching Transformers. Not Used. 2-4.05. Power Factor Correction Capacitors. Not Used. 2-4.06. Output dV/dt Filters. As required, output filters shall be installed inside the drive enclosure on the inverter output. Output filters shall consist of a minimum 1.5 percent impedance reactor, in conjunction with a resistor and capacitor network, to form a damped low-pass filter. Use of output reactors alone is not acceptable. Output filters shall be TCI Model V1000 KLC, or equal. 2-5. CONTROLS. 2-5.01. Features. Each drive shall include the following features in addition to those indicated on the drawings: I - a• A door mounted membrane keypad with integral two-line, 24 character minimum LCD display that is capable of controlling the AFD and setting drive parameters. The keypad module shall be programmed with factory set drive parameters in nonvolatile EEPROM or FLASH memory and shall be resettable in the field through the keypad. b. Control switches and pilot lights shall be provided as indicated on the schematic diagrams. Manual -automatic and start -stop controls included as features of the drive keypad shall be password protected or disabled to prevent override of control switches and safety interlocks shown on the schematic diagrams. C. Control switches and pilot lights shall be 30.5 mm heavy-duty, oiltight construction. Pilot lights shall be full voltage type with LED lamps. d. Microprocessor -based regulator. Nonvolatile memory modules shall have a useful life of at least 20 years without requiring battery or module replacement. (City of Lubbock, Texas ) 16150 (Southeast Water Reclamation Plant) -14- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) e. Input thermal -magnetic molded -case circuit breaker disconnect with interrupting capacity rated in RMS symmetrical amperes as required, and labeled in accordance with UL standard 489. The disconnect shall be mounted inside the controller enclosure and shall have door interlocks and a handle with provisions for padlocking in the "Off' position. f. Manual speed adjustment. g. Indications of power "On", drive "Run", and drive "Fault". Indication of these parameters shall be provided by pilot lights that utilize 6 volt LED lamps with built-in transformers. Lamps shall be easily replaceable from the front of the indicating light. h. Elapsed time meter, as required. i. Speed indication - calibrated in percent rpm. j. Control circuits of not more than 115 volts supplied by internal control power transformers. Control power transformers shall have additional capacity as required by external devices indicated on the drawings. Control power transformers shall be equipped with two primary leads fused, one secondary lead fused, and one secondary lead grounded. k. Automatic controller shutdown on overcurrent, overvoltage, undervoltage, motor overtemperature and other drive fault conditions. Controller shutdown shall be manually reset type. Terminals shall be provided for control wiring from motor temperature switches, or a motor protection relay located in the drive enclosure. 1. Diagnostic indicators that pinpoint failure and fault conditions. Indicators shall be manually reset to restore operation after abnormal shutdown. m. Accept a remote 4-20 mA speed control signal. n. Process control output for remote 4-20 mA speed indication, rated 0 to 100 percent speed. o. Spare interlock contacts rated 5 amperes at 120 volts ac, wired separately to the unit terminal board. One NO and one NC isolated spare interlock shall be furnished with each drive. Additional interlock contacts shall be provided as indicated on the drawings. p. Drive fault and run status contacts for remote indication, rated 5 amperes at 120 volts ac. q. Speed droop feature, which reduces the speed of the drive on transient overloads. The drive shall return to set speed after the transient is removed. If the acceleration or deceleration rates are too rapid for the moment of inertia of the load, the drive shall automatically compensate to prevent drive trip. (City of Lubbock, Texas ) 16150 (Southeast Water Reclamation Plant) -15- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) r. Individual adjustable speed profile settings for start, stop, entry, slope, and minimum and maximum speed points. S. Coast, controlled ramp, or do injection selectable modes of stopping. t. Not Used. U. Adjustable PWM carrier frequency. The inverter output section shall be provided with adjustable PWM carrier frequency from 500 Hz to at least 8 kHz. V. Noise level of installed equipment shall not exceed 85 dB, or other dB level as required, as measured by an appropriate calibrated instrument. The required sound level limit shall be met at a minimum of four locations, each not more than 3 feet [0.9 m] above the floor and not more than 10 feet [3 m] from the equipment. This requirement shall apply to all drives, motors, filters, reactors, and transformers supplied with the drive. 2-5.02. Diagnostics. Diagnostic indicators on the face of the drive shall display the type of fault responsible for drive shutdown, warning, or failure. If two or more faults occur simultaneously, the diagnostic segment shall record or indicate each condition. The drive shall be capable of storing 6 events. 2-5.03. Motor Protection Relay. Not Used. 2-6. ACCESSORIES. 2-6.01. Special Tools and Accessories. Equipment requiring periodic repair and adjustment shall be furnished complete with all special tools, instruments, and accessories required for proper maintenance. Equipment requiring special devices for lifting or handling shall be furnished complete with those devices. 2-7. TESTING. All power switching components shall be pre -run under anticipated operating temperature and load conditions. Any alternative testing procedures shall be submitted and pre -approved before proceeding. 2-7.01. Factory Testing. After the drive system has been assembled at the manufacturer's facility, it shall be tested for at least 24 hours before it is shipped. The complete drive system, including all peripherals, shall be factory tested under simulated operating conditions, including normal operating sequences and fault conditions. Contact closure inputs and simulated driven -outputs shall be connected to the system input/output modules. A test report summary indicating satisfactory final test results shall be submitted to ENGINEER before shipment of the equipment. 2-7.02. Secondary Factory Testing. Not Used. (City of Lubbock, Texas ) 16150 (Southeast Water Reclamation Plant) -16- (influent Lift Station Rehabilitation ) (B&V PN 140092 ) PART 3 - EXECUTION 3-1. INSTALLATION. Installation will be in accordance with Section 16100. 3-2. PREPARATION FOR SHIPMENT. All equipment shall be suitably packaged to facilitate handling and to protect against damage during transit and storage. All equipment shall be boxed, crated, or otherwise completely enclosed and protected during shipment, handling, and storage. All equipment shall be protected from exposure to the elements and shall be kept dry at all times. Painted surfaces shall be protected against impact, abrasion, discoloration, and other damage. Painted surfaces that are damaged prior to acceptance of equipment shall be repainted to the satisfaction of ENGINEER. Grease and lubricating oil shall be applied to all bearings and similar items. Each item of equipment shall be tagged or marked as identified on the Equipment Data Sheet. Complete packing lists and bills of material shall be included with each shipment. 3-3. INSTALLATION CHECK. An experienced, competent, and authorized representative of the manufacturer shall visit the site of the Work and inspect, check, adjust if necessary, and approve the equipment installation. The representative shall be present when the equipment is placed in operation and shall revisit the jobsite as often as necessary until all trouble is corrected and the equipment installation and operation are satisfactory in the opinion of ENGINEER. _. The manufacturer's representative shall furnish a written report certifying that the equipment has been properly installed and lubricated; is in accurate alignment; is free from any undue stress imposed by connecting piping or anchor bolts; and has been operated under full load conditions and that it operated satisfactorily. 3-4. INSTALLATION SUPERVISION. The equipment manufacturer shall furnish a qualified field installation supervisor during the equipment installation. Such services shall be included in the contract price for the number of days and round trips to the site as required. _j Manufacturers' installation supervisor shall observe, instruct, guide, and direct CONTRACTOR'S erection or installation procedures as required. The equipment manufacturer will be provided with written notification 10 days prior to the need for such services. (City of Lubbock, Texas ) 16150 (Southeast Water Reclamation Plant) -17- (Influent Lift Station Rehabilitation ) (B&V PN 140092 ) 3-5. FIELD TESTING. 3-5.01. Field Acceptance Testing. After installation of the system at the site of the work and checkout by the drive manufacturer, a field acceptance test shall be conducted jointly by the drive manufacturer and the manufacturer of the driven equipment. The field acceptance test shall consist of repeating the factory acceptance testing procedure and an additional 5 days of similar testing, during which the system shall run continuously without loss of basic functions. Functional tests shall demonstrate satisfactory operation of all interlocks, alarms, and normal operating sequences. The drive manufacturer shall use suitable test equipment to identify and correct malfunctions. Failure of redundant equipment will not be considered as downtime, provided that automatic failover occurs as specified herein and, that in the opinion of ENGINEER, the failure was not caused by deficiency in design or installation. Repeated failure of any component shall be cause for the acceptance test to be terminated and restarted. 3-5.02. Harmonic Distortion Test. Not Used. 3-6. TRAINING OF OWNER'S PERSONNEL. The number of employees of OWNER, as required, shall be trained in the proper operation, troubleshooting, and maintenance of the equipment. Training shall be conducted by a qualified representative for the number of days, as required, and shall consist of combined classroom and hands-on instruction. Training shall be conducted at a place and time mutually agreeable to OWNER and the drive manufacturer. End of Section (City of Lubbock, Texas ) 16150 (Southeast Water Reclamation Plant) -1 S- (Influent Lift Station Rehabilitation )_ (B&V PN 140092 ) 0 J & L Equipment it PUMPS • METERS • MIXERS Mailina Shippina Phone: (806) 622-9966 P. O. Box 149 13900 Interstate 27 Fax: (806) 622-1794 Canyon, TX 79015 Amarillo, TX 79119 E-mail: jlequip@aol.com Friday, March 16, 2007 Prepared for: City of Lubbock, TX Southeast Water Reclamation Plant Influent Lift Station Rehabilitation Prenegotiation for Adjustable Frequency Drives Number and equipment provided: Eight (8) Square D Powergard Altivar 61 Drive Packages with DV/DT Filters. These units are as per specification section 16150 Adjustable Frequency Drives Price per AFD: $40,200.00 Total Price: $321,600.00 Exceptions: none Submittal: Cost is included, please allow four to six weeks Delivery: Freight to job site is included, please allow six to eight weeks after receipt of approved submittals Signed, Jim Bodkin