HomeMy WebLinkAboutResolution - 5272 - Contract - Red River Construction Company Inc - WTP Improvements - 09/10/1996RESOLUTION NO. 5272
September 10, 1996
Item 432
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to
execute for and on behalf of the City of Lubbock a Contract, attached herewith, by and
between the City of Lubbock and Red River Construction Company, Inc. of Plano, Texas, to
install and furnish all materials and services as bid for the City of Lubbock Water Treatment
Plant improvements, and any associated documents, which Contract shall be spread upon the
minutes of the Council and as spread upon the minutes of this Council shall constitute and be a
part of this Resolution as if fully copied herein in detail.
Passed by the City Council this 10th day of _
ATTEST:
A" kyAd? -
arold Willard, Interim City Secretary
APPROVED AS TO CONTENT:
V�
Victor KilmaV, Purchasing Manager
APPROVED AS TO FORM:
I5dfiald G. Va
City Attorney
DGV:da/ccdocs/redriver.res
September 3, 1996
Alex "Ty" Cooke, Mayor Pro Tem
CITY OF WBBOCK
SPECIFICATIONS FOR
CITY OF LUBBOCK WATER TREATMENT PLANT IMPROVEMENTS
BID #13617
t
6y o
0
z
CITY OF LUBBOCK �
Lubbock, Texas
Office of
Purchasing
qty, X96,
MAILED TO VENDOR: July 30, 1996
CLOSE DATE: August 6,1996 @ 4:00 P.M.
ITB #13617 - CITY OF LUBBOCK WATER TREATMENT PLANT IMPROVEMENTS
ADDENDUM #3
r The following items take precedence over specifications for the above named 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. Enclosed please find attached revised Drawings, Contract Documents, and
Specifications, for Addendum #3.
2. Section 11120, page 6, line 42: Insert the word "type following the word "unit".
3. Section 11120, page 6, line 44: Insert the word "type" following the word "mechanism".
4. Section 11120, page 6, line 47: Insert the words "type of" following the word "each".
5. Section 11120, page 6, line 49: Insert the vords "type of following the word "each".
All requests for additional information or clarification must be submitted in writing and directed to:
Laura Ritchie
Buyer
�., City of Lubbock
Lubbock, Texas 79457
Questions may be faxed to: (806)767-2164
THANK YOU,
4
LAURA RITCHIE
BUYER
PLEASE RETURN ONE COPY WITH YOUR BID.
LR
i
Enclosure
E
ST. we :addmd"" 7n"6 =7 PM
4
i
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
r
e06-767-2167
Office of
Purchasing
qty, X96,
MAILED TO VENDOR: July 30, 1996
CLOSE DATE: August 6,1996 @ 4:00 P.M.
ITB #13617 - CITY OF LUBBOCK WATER TREATMENT PLANT IMPROVEMENTS
ADDENDUM #3
r The following items take precedence over specifications for the above named 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. Enclosed please find attached revised Drawings, Contract Documents, and
Specifications, for Addendum #3.
2. Section 11120, page 6, line 42: Insert the word "type following the word "unit".
3. Section 11120, page 6, line 44: Insert the word "type" following the word "mechanism".
4. Section 11120, page 6, line 47: Insert the words "type of" following the word "each".
5. Section 11120, page 6, line 49: Insert the vords "type of following the word "each".
All requests for additional information or clarification must be submitted in writing and directed to:
Laura Ritchie
Buyer
�., City of Lubbock
Lubbock, Texas 79457
Questions may be faxed to: (806)767-2164
THANK YOU,
4
LAURA RITCHIE
BUYER
PLEASE RETURN ONE COPY WITH YOUR BID.
LR
i
Enclosure
E
ST. we :addmd"" 7n"6 =7 PM
4
ADDENDUM NO.3
Tfl
DRAWINGS, CONTRACT DOCUMENTS, AND SPECIFICATIONS .
FOR
CITY OF LUBBOCK, TEXAS
WATER TREATMENT PLANT IMPROVEMENTS
BID #13617
DRAWINGS:
1. Add sheets 114, 114A and 114B to the set of Contract Document drawings.
All items in conflict with this addendum are hereby deleted.
THIS ADDENDUM IS MADE PART OF THE DRAWINGS, SPECIFICATIONS, AND
CONTRACT DOCUMENTS AND SHALL BE NOTED ON THE PROPOSAL.
HDR ENGINEERING, INC.
_ F
OFF
Joe W. Ezzel , E.
Project Manager r........
7• z 9--gG
City of Lubbock Water Treatment Plant Improvements -- Bid #13617
Addendum No. 3
Page 1
I�
7
r
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
606-767-2167
MAILED TO VENDOR:
CLOSE DATE:
Office of
Purchasing
July 22, 1996
August 6, 1996 @ 4:00 P.M.
ITB 013617 - CITY OF LUBBOCK WATER TREATMENT PLANT IMPROVEMENTS
ADDENDUM #2
The following items take precedence over specifications for the above named 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. Enclosed please find attached revised Drawings, Contract Documents, and
Specifications, for Addendum #2.
All requests for additional information or clarification must be submitted in writing and directed to:
Laura Ritchie
Buyer
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
Questions may be faxed to: (806)767-2164
PLEASE RETURN ONE COPY WITH YOUR BID.
LR
Enclosure
EV.umhmddmdUm 7mn6 1:731M
THANK YOU,
1::4� li " t.(_.Q�
LAURA RITCHIE
BUYER
k
k r
ADDENDUM NO.2
TO
DRAWINGS, CONTRACT DOCUMENTS, AND SPECIFICATIONS
FOR
CITY OF LUBBOCK, TEXAS
WATER TREATMENT PLANT IMPROVEMENTS
BID #13617
ADENDUM NO. 1:
1. Specifications section Item No. 21 of Addendum No. 1: Revise the Process Performance
Guarantee paragraph 1.07 A. as follows:
"1.07 PROCESS PERFORMANCE GUARANTEE REQUIREMENTS
A. Performance Guarantee:
1. Any Process Performance Guarantee required by a supplier not meeting the
requirements of paragraph 1.02, shall be made to the City of Lubbock, Texas by
the underdrain system supplier in connection with filter underdrain system
provided and installed by the Contractor.
2. The Underdrain Manufacturer shall provide a written warranty for a period of five
years from the date of acceptance by Owner. Additionally the underdrain
manufacturer shall provide a Process Performance Guarantee. The process
guarantee shall be a Performance bond with a Best's rating of "A" or higher, held
open for a period of two years after the bond is issued. The bond shall be in an
amount of the complete filter media and underdrain installation contract price.
3. The Underdrain Manufacturer's Warranty and the Bonded Process Performance
Guarantee shall guarantee that the filter underdrain system as installed shall satisfy
the performance and functional requirements as listed in paragraph 2.04 of this
section."
All items in conflict with this addendum re hereby deleted.
THIS ADDENDUM IS MADE PART OF THE DRAWINGS, SPECIFICATIONS, AND
CONTRACT DOCUMENTS AND SHALL BE NOTED ON THE PROPOSAL.
HDR ENGINEERING, INC.
.�.�lot
/• ,moi# ••� to
NNN.•N.N.NpH.NHq,i
oe W. Ezze , P.E.
V«, .JOE w..EzzE�L,.,
Project Manager YON 64491 ,C4
?-19-9l0
City of Lubbock Water Treatment Plant Improvements -- Bid #13617
Addendum No. 2
Page 1
iI.
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
606-767-2167
Office of
Purchasing
MAILED TO VENDOR: July 17, 1996
OLD CLOSE DATE: July 24, 1996 @ 2:00 P.M.
NEW CLOSE DATE: August 6,1996 @ 4:00 P.M.
ITB #13617 - CITY OF LUBBOCK WATER TREATMENT PLANT IMPROVEMENTS
ADDENDUM #1
The following items take precedence over specifications for the above named 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. Enclosed please find attached revised Drawings, Contract Documents, and
Specifications, for Addendum #1.
2. Enclosed please find the revised Bid Submittal Form. Please note the changes on
Alternate Bids 5 and 6, adding an additional 90 consecutive calendar days for the
completion of these alternates. Please submit your bid on the revised form.
3. The bid closing has been changed
from: July 24, 1996 8C 2:00 P.M.
to: August 6, 1996 @ 4:00 P.M.
All requests for additional information or clarification must be submitted in writing and directed to:
Laura Ritchie
Buyer
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
Questions may be faxed to : (806)767-2164
THANK YOU,
Ld L6(1
LAURA RITCHIE
BUYER
PLEASE RETURN ONE COPY WITH YOUR BID.
LR
Enclosure
7I gV. w d:ad&zd4Aoa 7117!!61:37 PM
ADDENDUM NO.1
TO
DRAWINGS, CONTRACT DOCUMENTS, AND SPECIFICATIONS
FOR
CITY OF LUBBOCK, TEXAS
WATER TREATMENT PLANT IMPROVEMENTS
BID #13617
SPECIFICATIONS:
1. Table of Contents: Add "Section 15103 - Butterfly Valves" to the Table of Contents in the
Project Manual.
2. Section 01010, page 1, line 09: Replace the words "consists of " with the word "includes".
3. Section 0.1340, page 2, line 20: Replace "10" with "5".
4. Section 01340, page 2, line 27: Replace the words "other devices" with the words,
"materials including tapping valves and sleeves".
5. Section 01800, page 1, line 17: Delete reference "3. Section 07900 - Joint Sealants".
6. Section 01800, page 2, line 07: Replace "See Section 07900" with the following, "Sealant
shall be Equal to Tremco Dymonic or Dymeric Polyurethane Sealant. Provide backer rod as
recommended by sealant manufacturer:'
7. Section 099059, page 7, line 06: In front of the word "Plain" insert the words, "All new".
8. Section 09905, page 7, line 12 and 13: Replace the words "and/or" with "and".
9. Section 09905, page 7, line 45: Delete the word "except".
10. Section 09905, page 7, line 46: Delete this line.
11. Section 11120, page 1, line 13: Replace the word "basin" with `basins".
'µ 12. Section 11120, page 3, line 23: Replace sentence "Side water depth and floor slope are
approximate as shown on the drawings" with "Side water depth of approximately 13 FT - 8
IN and floor slopes of 12 to I."
13. Section 11120, page 3, line 35: Add the sentences, "At each platform the extension shall
extend from edge of the existing platform 36 inches. Extension shall also be 60 inches in
width."
City of Lubbock Water Treatment Plant Improvements -- Bid #13617
Addendum No. 1
Page 1
�1:
M
14. Section 11120, page 3, line 37: Insert the following paragraph,
"E. All components of the drive assembly shall be designed in accordance with the
requirements of the AMGA, Service Class II. The drive assembly shall be designed to
�^ develop a running torque of 60,000 feet -pounds and a stall torque of 120,000 feet -
pounds."
15. Section 11120, page 5, line 51: Replace the word "sever" with, "severe'.
16. Section 11120, page 6, line 19: The abbreviation "AM' indicates as required.
17. Section 11120, page 7, line 18: Replace the word "manufacturer's" with the word,
"re -manufacture's".
4 18. Section 11120, page 7, line 31: Replace the word "manufacturer's" with the word,
"re -manufacture's".
PM
19. Section 13222, page 1, line 37: Replace the word "manufacturer" with the words, "re-
manufacturer".
20. Section 13222, page 2, line 06: Revise item "3. Underdrain supplier to conduct.." to read
"3. In lieu of submitting the operating and experience data as listed in Item l and 2 above,
the underdrain supplier shall conduct a performance test and furnish a Bonded Process
Guarantee."
21. Section 13222, page 3, line 22: Insert the following paragraph,
"1.07 PROCESS PERFORMANCE GUARANTEE REQUIREMENTS
A. Performance Guarantee:
I. Any Process Performance Guarantee required by a supplier not meeting the
requirements of paragraph 1.02, shall be made to the City of Lubbock, Texas by
the underdrain system supplier in connection with filter underdrain system
provided and installed by the Contractor.
2. The Process Performance Guarantee shall be a Performance bond with a Best's
rating of "A" or higher, held open for a period of five years after the bond is issued
in an amount of the complete filter media and underdrain installation contract
price.
3. The Process Guarantee shall guarantee that the filter underdrain system as installed
shall satisfy the performance and functional requirements as listed in paragraph
2.04 of this section.
B. Five Year Plant Operation: Should a problem develop with the filter operation at any time
during the five year period after substantial completion, the underdrain system supplier
shall render assistance per the following protocol.
1. The first order of response is to render assistance by technical service staff via
telephone facsimile, and hardcopy by mail.
City of Lubbock Water Treatment Plant Improvements -- Bid #13617
Addendum No. 1
r, Page 2
Y
r
1--. Shoul&theproblem!continue; :a,representath ashall visit the site within 24 hours
after the request is made.
3. If after 1 and 2 the problems continues, a manufacturer's serviceman will visit the
site within a maximum of 10 days of notice.
C. Exclusive Remedy: In the event the filter underdrain fails to meet the requirements of the
Process Performance Guarantee, it will be the underdrain system supplier's sole remedy to
replace or modify the filter underdrain as appropriate to enable such to meet said
Guarantee. The underdrain supplier shall bear any and all costs of such remedial action.
This obligation however, shall not exceed the amount of the performance bond."
22. Section 13222, page 4, line 02 and 03: Revise "meet National Sanitation Foundation
(NSF) Standards 61 for Drinking Water System Components - Health Effects" to read " shall
conform to American National Standards Institute/National Sanitation Foundation
(ANSI/NSF) Standard 61 for indirect additives. Conformance with these standards must be
obtained by certification of the products by an organization accredited by_ANSI. Prior to
installation of any product, NSF standard conformance certification of all products proposed
for use must be submitted to the Engineer."
23. Section 13222, page 4, line 35: Delete the words, "shall have".
24. Section 13222, page 5, line 02: Replace the word "lateral" with the word "underdrain".
25. Section 13222, page 5, line 15: Delete the word, "air".
26. Section 13222, page 6, line 21: Following the words, "anchor rods" insert the words
"shall be".
27. Section 13222, page 6, line 25: Delete the words, "on the filter floor slab".
28. Section 13222, page 7, line 07: Following the words, "specific tests" insert the word,
"procedures".
29. Section 15103: Add this section included in this addendum to the project specifications.
I. DRAWINGS:
1. Sheet 3, Effluent Meter Vault Area: Add note, "Contractor shall provide at least 48 hours
notice to Owner's representative prior to excavation and tapping operations that affect the
�., CRMWA pipeline. Tapping valve and sleeve shall be subject to review and acceptance by the
CRMWA. Pipeline tap will be done by a `hot tap' and no shut down of the pipeline will be
required."
2. Sheet 3, Chlorine Contact Basin Area: Add note, "Standard manhole for meter installation
shall be installed with a Heavy Duty 30 IN diameter cast iron cover."
Po City of Lubbock Water Treatment Plant Improvements -- Bid #13617
Addendum No. 1
�., Page 3
r
3. Sheet 3, Chlorine Contact Basin Area: Install 271 IN PVC coated rigid steel conduits from
new meter manhole to east wall of existing CRMWA meter vault. Core vault walls and seal
in accordance with specification requirements.
I' 4. Sheet 4, Terminal Storage Area: Add note, "Contractor shall provide at least 48 hours
notice to Owner's representative prior to excavation and tapping operations that affect the
CRMWA pipeline. Tapping valve and sleeve shall be subject to review and acceptance by the
CRMWA. Pipeline tap will be done by a `hot tap' and no shut down of the pipeline will be
required."
5. Sheet 7, Blower Building - Floor Plan: Revise routing of blower discharge header to exit
building on the east wall per the attached Figure Addendum 1-1.
6. Sheet 7: Add Figure Addendum 1-2 to this sheet. Route air header from Blower Building to
Filter Pipe Gallery wall per the attached sketch.
7. Sheet 8, Plan of Pipe Gallery: Add note to this sheet, "Contractor to provide air header
piping across the Settled Water Channel with the acceptance and award of Alternate Bid
Items nos. 1 and 2 by the City."
All items in conflict with this addendum re hereby deleted.
THIS ADDENDUM IS MADE PART OF THE DRAWINGS, SPECIFICATIONS, AND
CONTRACT DOCUMENTS AND SHALL BE NOTED ON THE PROPOSAL.
HDR ENGINEERING, INC.
f.
J W. Ezzell, .E. ,t�p'�•�f.:
i Project Manager ri*
I.NN...N.NI.NN.
�,.. JOE W. E2
64491
-744 -9l0
City of Lubbock Water Treatment Plant Improvements -- Bid #13617
Addendum No. 1
Page 4
Ifillitii
II;lll3il
111;11
.._--
■ oll
Electrical Notes: /per/App glower Motor Starters
1. Install a three position selector switch, HAND
Nos. 2 and 3. Mount each switch on the face of the respective MCC.
2. Replace two of the 4/c #14 multiconductor cables installed under Contract 3 with two
7/c #14 cables from the Blower Building MCC to the Terminal Cabinet in the Pump
Building. Reconnect four of the seven wires twhe et e ADb. 1al Sires terminated.
�. SEE gLoW5R s�t�EMa'T1 F 4
ADDENDUM NO.1
Figure ADD. 1-2
i a
ADO 3 -POSITION
SELECTOR SWITCH TO
MCC FRONT (BLOWER 2 & 3)
t.
i
r
AUfto
f�i
F
jSS HAND
�x
,J
® STMT
ol o-
TS
I R
I R
(wsT )
120V
CPT
—PLC OUTPUT
® rT ® STOP /`
--AR _.
0.(3)
TM
ON DELAY
20— 200 SEC.
�z
�rx
Elm
L
vOTOR Ss' SCE !iE � TER
PAC E3L0WERS (3) SCHEMATIC MODIFICATION
ADDENDUM NO.1
Figure ADD. 1-3
m 15103-1
7 1 SECTION 15103
�* City of Lubbock, Municipal Water treatment - Contract 7
t'
t;
2
3
BUTTERFLY VALVES
(^
4
5
6
PART 1
- GENERAL
7
8
1.01
SUMMARY
9
10
A.
Section Includes:
11
1. Butterfly valves.
12
13
B.
Related Sections include but are not necessarily limited to:
14
1. Division 0 - Bidding Requirements, Contract Forms, and
15
Conditions of the Contract.
16
2. Division 1 - General Requirements.
17
3. Section 15060 - Pipe and Pipe Fittings: General
18
Requirements.
19
20
1.02
QUALITY ASSURANCE
21
22
A.
Referenced Standards:
23
1. American National Standards Institute (ANSI):
24
a. B16.5, Pipe Flanges and Flanged Fittings.
25
2. American Society for Testing and Materials (ASTM):
26
a. A48, Specifications for Gray Iron Castings.
27
b. A126, Gray Iron Castings for Valves, Flanges and Pipe
28
29
Fittings.
c. A276, Specifications for Stainless and Heat -Resisting
30
Steel
31
Bars and Shapes.
32
d. A743, Standard Specification for Castings, Iron -
33
34
Chromium,
Iron -Chromium -Nickel, Corrosion Resistant, for General
35
Application.
36
e. A395, Standard Specification for Ferritic Ductile Iron
37
Pressure -Retaining Castings for Use at Elevated
38
Temperatures.
39
f. A436, Austenitic, Gray Iron Castings.
.,
40
41
g. A536, Ductile Iron Castings.
h. B148, Standard Specification for Aluminum Bronze Rod,
42
Bar,and Shapes.
43
3. American Water Works Association (AWWA):
44
a. C504, Rubber Seated Butterfly Valves.
45
46
1.03
SUBMITTALS
47
48
A.
Shop Drawings:
49
1. See Section. 01340.
50
2. For valves 8 IN and larger, furnish "Affidavit of
51
Compliance" with Owner in accordance with AWWA C504.
7' �
52
53
B.
Operation and Maintenance Manuals:
l
54
1. See Section 01340.
55
56
57
PART
2 - PRODUCTS
t
58
59
2.01
ACCEPTABLE MANUFACTURERS
60
61
A.
Subject to compliance with the Contract Documents, the
62
following Manufacturers are acceptable:
63
1. Potable and Non -potable Water and Low Pressure Air
64
Service:
65
a. DeZurik.
�* City of Lubbock, Municipal Water treatment - Contract 7
t'
t;
15103-2
P"
1
b. Clow.
2
c. M & H Valve Company.
3
d. Pratt.
4
5
B. Submit requests for substitution in accordance with
6
Specification Section 01640.
7
8
2.02 MATERIALS
10
A. Potable and Non -potable Water and Low Pressure Air Service:
it
1. Butterfly Valves (AWWA C504):
12
a. Valve bodies:
13
1) ASTM A126, Class B or ASTM A536 Grade 65-45-12
14
ductile iron.
15
2) Wafer valves may be constructed of ASTM A48, Class
16
40 cast iron.
17
b. Valve shafts:
18
1) Stainless steel, 18-8, Type 304 or 316.
19
c. Valve discs:
20
1) ASTM A48, Class 40 cast iron.
21_
,.�, _-� -:-: ,-..,. 2) ASTM A536, Grade 65-45-12 -=ductile -iron. - :_.._.
22
3) ASTM A436, Type 1 alloy cast iron.
23
4) Bronze in accordance with AWWA C504.
24
d. Valve seats:
25
1) Potable, nonpotable water, and low pressure air
t
26
below 180 DegF: Buna-N.
27
e. Mating surfaces:
r"
28
1) Valves less than 30 IN: ASTM A276, 18-8,
29
stainless steel or bronze.
30
2) Valves 30 IN and larger: ASTM A276, 18-8,
31
stainless steel.
32
33
2.03 ACCESSORIES
34
35
A. Replace existing electric operators on all replacement valves.
36
Furnish operator integral with valve.
37
38
B. Provide gear operators for valves 4 IN DIA and larger.
39
�+
40
2.04 FABRICATION
41
42
A. Potable, Non -potable, and Low Pressure Air Service:
43
1. Butterfly valves (AWWA C504):
44
a. Furnish resilient seated type meeting AWWA C504.
45
b. Exposed and submerged valves 3 IN through 20 IN:
46
1) Wafer type. (Laying length may vary from AWWA
47
C504.)
48
49
2) Rated for 150 psi working pressure (Class 150B per
AWWA C504).
50
3) Equip with fully tapped anchor lugs drilled per
51
ANSI B16.5.
52
c. Exposed and submerged valves 24 IN and larger:
53
1) Short body flange type.
54
2) Rated for 75 psi working pressure (Class 75A per
55
AWWA C504).
56
57
d. Direct buried valves:
1) All valves rated for 75 psi working pressure
58
(Class 75A per AWWA C504).
59
2) Short body mechanical joint type.
61
B. On insulated piping, provide valves with extended stems to
6260
permit proper insulation application without interference
63
from the handle.
64
i
65
r�"!
4. 1.
City of Lubbock, Municipal Water treatment - Contract 7
15103-3
1
PART
3 - EXECUTION
t
2
3
3.01
INSTALLATION
4
5
A.
Install valves in closed position. Support connecting piping
6
to prevent strain on valve body.
7
B.
Install valves with operator above or at side of valve.
8
9
3.02
SCHEDULE
10
11
A.
Provide new 30 IN valves for 14 filter drain valves on Filter
12
A complex and 2 backwash valves. Refit filter drain valves
13
with existing electric actuators.
14
15
B.
Provide new 6 IN valves for 10 filter air scour backwash lines
16
on Filter A complex and two new 12 IN valves for air header
17
isolation in Blower Building.
18
19
END OF SECTION
i
t ':k
tI
City of Lubbock, Municipal Water treatment - Contract 7
r
BID SUBMITTAL
LUMP SUM BID CONTRACT
PLACE:
DATE:
PROJECT NUMBER: 13617 - CITY OF LUBBOCK WATER TREATMENT PLANT IMPROVEMENTS
Bid of (hereinafter called Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Gentlemen:
The Bidder, in compliance with your invitation for bids for the construction of a
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
w
vwrk required under the contract documents.
BID ITEM 1. Filter Modifications for ten (10) filters located
in Filter Complex "A". Modifications include media
l removal, underdraln replacement, surface wash
piping modifications and surface wash piping removal,
air header installation
d
MATERIALS: ($ )$
�j SERVICES: ($ )$
TOTAL BID ITEM 1: ($ t$
BID ITEM 2. Filter media replacement (10 Each)
MATERIALS: ($ �$
7 SERVICES: ($ )$
TOTAL BID ITEM 2: $ $
D
r
ALTERNATE BID 1. Filter modifications for four (4) remaining filters in
Filter Complex "A". Modifications include media removal,
underdrain replacement, surface wash and surface wash
f piping removal, air header installation
MATERIALS: ($ A
SERVICES: ($ t$
TOTAL ALTERNATE BID 1 (ADD): ($ $
ALTERNATE BID 2. Filter media replacement (4 Each)
t ,I
MATERIALS: ($ A
SERVICES: ($ A
BID ITEM 3.
Installation of a sample line upstream of the Terminal Storage chemical addition point
t$
MATERIALS:
$
ALTERNATE BID 3. Replacement of backwash valves at "A" filters
SERVICES:
($ )$
P *
�I
TOTAL BID ITEM 3:
($ )$
t$
BID ITEM 4.
Installation of a sample line down stream of the Finished Water Meter location
($
MATERIALS:
($ A
SERVICES:
($ )$
�$
TOTAL BID ITEM 4:
($ t$
TOTAL BASE BID (Items No.1 through 4)
MATERIALS:
($ )$
SERVICES:
TOTAL BASE BID:
ALTERNATE BID 1. Filter modifications for four (4) remaining filters in
Filter Complex "A". Modifications include media removal,
underdrain replacement, surface wash and surface wash
f piping removal, air header installation
MATERIALS: ($ A
SERVICES: ($ t$
TOTAL ALTERNATE BID 1 (ADD): ($ $
ALTERNATE BID 2. Filter media replacement (4 Each)
t ,I
MATERIALS: ($ A
SERVICES: ($ A
TOTAL ALTERNATE BID 2 (ADD):
($
t$
'j
ALTERNATE BID 3. Replacement of backwash valves at "A" filters
(( ��
MATERIALS:
($
t$
SERVICES:
($
t$
TOTAL ALTERNATE BID 3 (ADD):
($
�$
n
ALTERNATE BID 4. Demolition, removal and reconstruction of redwood baffle wall in Sedimentation basins (12 Each)
MATERIALS: ($ $
SERVICES: R. )$
TOTAL ALTERNATE BID 4 (ADD): ($ -- $
Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice
to Proceed" of the Owner and to fully complete the project within 270 (TWO HUNDRED SEVENTY) consecutive
calendar days thereafter as stipulated in the specifications and other contract documents.
(Amount shall be shown in both words and figures. 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 fully complete the project within 180 (ONE HUNDRED EIGHTY) consecutive
calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees
to pay to Owner as liquidated damages the sum of $1000.00 (ONE THOUSAND DOLLARS) for each consecutive
calendar day in excess of the time set forth hereinabove for completion of this project, atl as more fully set forth in the
general conditions of the contract documents.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
instruction number 21 of the General Instructions to Bidders.
�17Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding.
f
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days
4 ,
after the scheduled dosing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to
�I
E�
ALTERNATE BID 5. Sedimentation basin rake and sweep replacement (9 Each)
MATERIALS: ($
)$
SERVICES: ($
)$
TOTAL ALTERNATE BID 5 (ADD): ($
$
"Notice
Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written
to Proceed" of the Owner and to fully complete the project within 270 (TWO HUNDRED SEVENTY)
consecutive
calendar days thereafter as stipulated in the specifications and other contract documents.
ALTERNATE BID 6. Sedimentation basin drive mechanism rehabilitationtreplacement (9 Each)
MATERIALS: ($
)$
)$
SERVICES: ($
TOTAL ALTERNATE BID 6 (ADD): ($
)$
Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice
to Proceed" of the Owner and to fully complete the project within 270 (TWO HUNDRED SEVENTY) consecutive
calendar days thereafter as stipulated in the specifications and other contract documents.
(Amount shall be shown in both words and figures. 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 fully complete the project within 180 (ONE HUNDRED EIGHTY) consecutive
calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees
to pay to Owner as liquidated damages the sum of $1000.00 (ONE THOUSAND DOLLARS) for each consecutive
calendar day in excess of the time set forth hereinabove for completion of this project, atl as more fully set forth in the
general conditions of the contract documents.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
instruction number 21 of the General Instructions to Bidders.
�17Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding.
f
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days
4 ,
after the scheduled dosing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to
�I
E�
7
commence work on or before the date specified in the written notice to proceed, and to substantially complete the work
on which he has bid; as provided in the contract documents.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or
certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company,
payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5% ) of the total
amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if
required) within 10 days after notice of award of the contract to him.
Enclosed with this bid is a Cashier's Check or Certified Check for
Dollars ($ ) or a Bid Bond in the sum of Dollars ($ ),
Mich 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 and the required bond (if any) with the
Owner within ten (10) days after the date of receipt of written notification of acceptance of said 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.
(Seal if Bidder is a Corporation)
ATTEST:
Secretary
i
Authorized Signature
(Printed or Typed Name)
Company
Address
City, County
State Zip Code
Telephone:
Fax Number:
LIST OF SUBCONTRACTORS
Minority Owned
Yes
No
❑
0
❑
❑
❑
0
❑
❑
❑
0
0
0
❑
❑
❑
0
0
0
❑
0
i l
4 k
CITY OF LUBBOCK
INVITATION TO BID
FOR
TITLE: CITY OF LUBBOCK WATER TREATMENT PLANT IMPROVEMENTS
ADDRESS: LUBBOCK, TEXAS
BID NUMBER: 13617
PROJECT NUMBER: 9640.9241
CONTRACT PREPARED BY: PURCHASING DEPARTMENT
INDEX
r ,I
1.
NOTICE TO BIDDERS
2.
GENERAL INSTRUCTIONS TO BIDDERS
3.
BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
4.
PAYMENT BOND
I 5.
PERFORMANCE BOND
6
6.
CERTIFICATE OF INSURANCE
7.
CONTRACT
8.
GENERAL CONDITIONS OF THE AGREEMENT
9.
CURRENT WAGE DETERMINATIONS
10.
SPECIFICATIONS
` 11.
SPECIAL CONDITION
NOTICE TO BIDDERS
w
NOTICE TO BIDDERS
' BID #13617
Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the
office of the Purchasing Manager, Municipal Building, 1625 13th Street., Room L-04, Lubbock, Texas, 79401, until 2:00
o'clock p.m. on the 24th day of July. 1996, or as changed by the issuance of formal addenda to all planholders, to
furnish all labor and materials and perform all work for the construction of the following described project:
"CITY OF LUBBOCK WATER TREATMENT PLANT IMPROVEMENTS"
After the expiration of the time and date above first written, said sealed bids will be opened in the office of the
Purchasing Manager and publicly read aloud.
It is the sole responsibility of the bidder to insure that his bid is actually in the office of the Purchasing Manager
for the City of Lubbock, prior to the expiration of the date above first written.
The City of Lubbock will consider the bids on the 8th day of August. 1996, 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
a 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 superior, as the
rating of the bond company is a factor that will be considered indetermination of the lowest responsible bidder.
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 10
7 days after notice of award of the contract to him.
It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local
conditions under which the work is to be done. It shall be understood and agreed that all such factors have been
thoroughly investigated and considered in the preparation of the bid submitted. There will be a pre-bid conference on 9th
,7f day of July. 1996. at 10:00 o'clock a.m., at the City of Lubbock Water Treatment Plant, Training Room, 6001 North
Guava Avenue, Lubbock, Texas
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages
''j'' included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which
"" �� document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of
Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and
payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale.
7 1
r*•
�I
t
It, 7�
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 would like bid information made available in
a more accessible format or if you require assistance, please contact the City of Lubbock Human Relations Office at
(806) 767-2281 at least 48 hours in advance of the meeting.
CITY OF LUB O
v �
VICTOR KILMA
PURCHASING MANAGER
177 Bid documents may be obtained upon request from the Purchasing Department at 1625 13th Street,
Room L-04, Lubbock, Texas 79401; Telephone (806)767-2167/Fax (806)767-2164.
GENERAL INSTRUCTIONS TO BIDDERS
1
GENERAL INSTRUCTIONS TO BIDDERS
SCOPE OF WORK
The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to
r.. complete this project in accordance with contract documents for the CITY OF LUBBOCK WATER TREATMENT
j PLANT IMPROVEMENTS.
2. CONTRACT DOCUMENTS
All work covered by this contract shall be done in accordance with contract documents described in the General
Conditions.
All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the
construction of this project and shall be responsible for the satisfactory completion of all work contemplated by
said contract documents.
3. PLANS FOR USE BY BIDDERS
-+ It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by
the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without
charge of forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice
to Bidders.
4. BIDDER INQUIRIES
No bidder shall request any information verbally. All written requests for additional information or clarification
concerning this bid must be addressed to:
LAURA RITCHIE
BUYER
# I CITY OF LUBBOCK
P.O. BOX 2000
1 LUBBOCK, TX 79457
7
FAX (806)767-2164
am
5. TIME AND ORDER FOR COMPLETION
7 The construction covered by the contract documents shall be fully completed within 180 (ONE HUNDRED
EIGHTY) consecutive calendar days from the date specified in the Notice to Proceed issued by the City of
Lubbock to the successful bidder.
l 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 insure completion of the project within
the time specified.
6. PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the
contract documents.
7. 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.
8. 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.
9. GUARANTEES
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).
10. PLANS FOR THE CONTRACTOR
The contractor will be furnished one set of plans and specifications, and related contract documents for his use
during construction. Plans and specifications for use during construction will only be furnished 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.
11. 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.
12. TEXAS STATE SALES TAX
This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of _
Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act.
The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the
materials to be incorporated into the work without paying the tax at the time of purchase.
� 13. 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 shalt be repaired
immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense.
14. BARRICADES AND SAFETY MEASURES
Flo
t 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
1 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.
15. EXPLOSIVES
The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from
the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume
full responsibility for all damage which may occur as a direct or indirect result of the 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.
Explosive materials shall not be stored or kept at the construction site by the Contractor.
In all cases where explosives are to be used during the construction of the project contemplated by this contract,
R 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.
16. 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
'j by this contract is in progress.
e 17. INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the
General Conditions of the contract documents, from an underwriter authorized to do business in the State of
Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of
cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All
policies shall contain an agreement on the part of the insurer waiving the right to subrogation.
The insurance certificates furnished shall name the City as an additional insured and shall further state that all
subcontractors are named as additional insureds, or in the alternative, shall be accompanied by a statement from
} the Contractor to the effect that no work on this particular project shall be subcontracted.
IIS
18. LABOR AND WORKING HOURS
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages
included in these contract documents. The wage rate which must be paid on this project shall not be less than
specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders'
attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for
the payment of the wage schedules above mentioned and the bidder's obligations 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:
(1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary
service to its citizens.
(2) Delays in construction are due to factors outside the control of the Contractor. The Contractor Is
approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort
to complete the contract within the allotted time.
Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must
notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires
to do work and obtain written permission from the Owner's Representative to do such work. The final decision on
whether to allow construction work requiring an inspector on weekends or holidays will be made by the` Owner's
Representative.
In any event, if a condition should occur or arise at the site of this project or from the work being done under this
contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work,
regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer
dangerous to property or life. _
19. 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, swom, 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.
20. 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. - -
21. PREPARATION FOR BID
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
7
tF
t
typewritten. In case of discrepancy between the price written in words and the price written in figures, the price
written in words shall'govem. 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.
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.
(a) Bidder's name
(b) Bid for (description of the project).
Bid submittals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no
bid may be withdrawn or altered thereafter.
22. 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.
(1) Insurance Certificates.
6) 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.
23. 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 in regard to 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 City of
Lubbock reserves the right to reject any bid if the evidence submitted by, or investigation of, the bidder fails to
satisfy the City of Lubbock that the bidder is properly qualified to cant' out the obligations of the contract and to
complete the work described therein. Evaluation of the bidder's qualifications shall include:
1. The ability, capacity, skill, and financial resources to perform the work or provide the service required.
2. The ability of the bidder to perform the work or provide the service promptly or within the time specified,
without delay or interference.
3. The character, integrity, reputation, judgment, experience, and efficiency of the bidder.
4. The quality of performance of previous contracts or services.
BID SUBMITTAL
r
BID SUBMITTAL
LUMP SUM BID CONTRACT
PLACE: Lubbock, Texas
DATE: August 6, 1996
PROJECT NUMBER: 13617 - CITY OF LUBBOCK WATER TREATMENT PLANT IMPROVEMENTS
Bid of Red River Construction Company, Inc. (hereinafter called Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Gentlemen:
ri
The Bidder, in compliance with your invitation forbids for the construction of a Water TreatmPrt P1 ant Tmprn-oy,ont
--- Contract #7 at the Water Treatment Plant
t l 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.
BID ITEM I. Filter Modifications for ten (10) filters located
In Filter Complex "A". Modifications include media
removal, underdrain replacement, surface wash
piping modifications and surface wash piping removal,
air header in Ilation
'57ty, t 6vt�n%-e OAF'� [ iN UNIT PRICE TOTAL
MATERIALS: Dollars and No Cents ($ ��$�.���•�
10%3 611
w�Di✓IE�
TOTAL BID ITEM 1
vv
BID ITEM 2. Filter media replacement (10 Each) 3111 000.00
r*;-VPft%JV
MATERIALS: 5�� .a � Dollars and No Cents EACH ($ 31 00 ea $
StKVIUMO:
TOTAL BID ITEM 2:
7
e -Ty
lars and
Lvv o." iD
•-6
R
k
UNIT PRICE TOTAL
BID ITEM 3. installation of a sample line upstream of the Terminal Storage chemi-cal addition pom' t
, DDO.M1$ TO ,+Dob -M
MATERIALS: ��yJ�t-t'(.Fr•y56►�'� Dollars and No Cents ($ -&Q T_
SERVICES:�oDollars and No Cents
TOTAL BID ITEM 3•� E" 'SSG F l uS�-�'�� Dollars and No Cent($ a�o
6
BID ITEM 4.
MATERIALS:_ � i51� - *I
SERVICES: t✓� !�-1J1h Dollars and No Cents ($ 46of
Dollars and No Cents
Of= ($�
TOTAL BID ITEM 4:
TOTAL BASEAIDt (Ite„n;s No.1 thr u h 4 �IX� WJE ��0l0� f�•dp
VNO. 1'► tL{.40� (, _.
MATERIALS: v Dollars and No Cents ($
P'C> Dol ars and No Cents ($
SERVICES: �-,�, •FQ �
L BASE B1D Dollars and No Cents
. 'a
Installation of a sample line down stream of the Finished Water Meter location
GL.�a%c.ttnn Dollars and No Cents ($`5-1...6O6.iU)$?1�{bblDa
-Ve
O(oF710001 CC
b00.�
TOTA
--pP { Z1r7j00a()0
ALTERNATE BID 1. Filter modifications for four (4) remaining filters in
Filter Complex `A'. Modifications include media removal,
underdrain replacement, surface wash and surface wash TJp
piping removal, air header installation (2130o,�t
MATERIALS: Dollars and No Cents EACH( $ )$ B
Dollars and No Cents EACH($ f-•IIQ ea j$
G SERVICES: -�
TOTAL ALTERNATE BID 1 (ADD): Dollars an7dNo Cents EAG $ $
1
ALTERNATE BID 2. Filter media replacement (4 Each) w7�
� MATERIALS: Dollars and No Cents EACH�daea )$
Ofl
SERVICES: Dollars and No Cents EACH( $ '� enCO�ea )$ e
is ,
C EAC� 1ea1e l�rA4mm
TOTAL ALTERNATE BID 2 (ADD): llars and No ents H($ '
t�)
ALTERNATE BID 3. Replacement of backwash valves at "A” filters
€ I
MATERIALS:
Dollars and No
Cents ($ wo.
SERVICES:
Dollars and No
Cents($�,F�
s1.
No
Cents( '
TOTAL ALTERNATE BID 3 (ADD): -^-'
^^�� Dol ars and
$
ti
ZY
I
UNIT PRICE
ALTERNATE BID 4 Demolition, removal and reconstruction of redwood baffle wall in Sedimentation
.yam_ 6 nin tet.
MA
SEI
7, TOTAL ALTERNATE BID 4
7
0
7 1
R,
No Cents
and No Cents EACH
ander No Cuts EACH($ 42 -COO Mea
TOTAL
sins (12 Each)
ALTERNATE BID 5. SedimentatioNbas*U3 rake Pad=
eplacement (9 Each) nn��11
MATERIALS:
Dols and No Cents EACH ($.� ea)
a s a
SERVICE .
d No Cents EACH ($ mea )$
TOTAL ALTERNATE BID 5 (ADD): Dollars an No Cents EACH( �� Z��a )$
Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice
to Proceed" of the Owner and to fully complete the project within 270 (TWO HUNDRED SEVENTY) consecutive
calendar days thereafter as stipulated in the specifications and other contract documents.
ALTERNATE
E���BID
��6..
MATERIALS:
Sedimentation
TOTAL ALTERNATE BID 6
n drive mecharysM rehabilitation/replacement (9 Each)
OD ol rs and o Cents $27.Ob
Dollars and No Cents EACH($ ( OOD-U'OB
." j Qt010 ea
Dollars and No C $
Cents EACH(,
TOM) .00
57
Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice
to Proceed" of the Owner and to fully complete the project within 270 (TWO HUNDREDS VENTY) consecutive
calendar days thereafter as stipulated in the specifications and other contract documents.
Amount shall be shown in both words and figures. 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 fully complete the project within 180 (ONE HUNDRED EIGHTY) consecutive
calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees
to pay to owner as liquidated damages the sum of $1000.00 (ONE THOUSAND DOLLARS) for each consecutive
calendar day in excess of the time set forth hereinabove for completion of this project, all as more fully set forth in the
general conditions of the contract documents.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
instruction number 21 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days
after the scheduled dosing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to
commence work on or before the date specified In the written notice to proceed, and to substantially complete the work
on which he has bid; as provided in the contract documents.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or
certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company,
payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5% ) of the total
amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if
required) within 10 days after notice of award of the contract to him.
Enclosed with this bid is a
a Bid Bond In the sum of viva r__,., t of Amnirnt R{,� Dollars ($ ted
Mich 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 and the required bond (if any) with the
Owner within ten (10) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check
or bond shall be returned to the undersigned upon demand.
r., Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract
documents-made-aveilable-to him for his inspection in accordance with -the Notice -to Bidders.
1.
Authorized Signature
Dean Porter, Chairman
(Printed or Typed Name)
(Seal if Bidder is a Corporation)
r�_T.1 /
Secretary
Il
71,
Red River Construction Company, Inc.
Company
1506 Capital
Avenue, Suite 200
Address
Plano
,Collin
City,
County
Texas
, 75074
State
Zip Code
Telephone: 214
Fax Number. ?14
AMWEST SURETY
0/161W INSURANCE COMPANY
WOODLAND HILLS, CALIFORNIA
FKnow all men by these presents:
BOND NO.: 0624103
PREMIUM: BBSU
BID DATE: August 6, 1996
PUBLIC WORKS BID BOND
That we, RED RIVER CONSTRUCTION CO., INC.
(hereinafter called Principal), as Principal, and AMWEST SURETY INSURANCE .COMPANY, a corporation (hereinafter called Surety),
i. organized and existing under the laws of the State of California and authorized to transact a general surety business in the State of
Texas , as Surety, are held and firmly bound unto CITY OF LUBBOCK, TEXAS
s,
Y I (hereinafter called Obligee) in the penal sum of Five percent ( 5 %) of the bid amount, but in no event to exceed
Five Percent of the Greatest Amount Bid ----------------------- Dollars ($5% G.A.B.-----)
for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns,
jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, whereas the Principal has
submitted or is about to submit a proposal to the Obligee on a contract for
t
Water Treatment Plant Improvements
NOW, THEREFORE, if the contract is awarded to the Principal and the Principal has within such time as may be specified, entered
into the contract in writing, and provided a bond, with surety acceptable to the Obligee for the faithful performance of the contract; or
I if the Principal shall fail to do so, pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in
I the bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by the
bid, then this obligation shall be void; otherwise to remain in full force and effect.
17 SIGNED, SEALED AND DATED THIS 6th DAY OF August 19 96
RED RIVER CONSTRUCTION CO., INC.
(Print or type ne� )
�tv wsuq By: t
Dean Porter (signature of Pnrldpal) Chairman
W ORpatlr i
i,° AM EST SURETY INSURANCE COMPANY
a By:
Vivian Campbell Attorney -in -Fact
G
17 l ///= uN-A3017 (3190) 0
d
EXPMATIO BATE 7-12-97 eowEx MAMER d
READ CAREFULLY
This document is printed on white paper containing the artificial watermarked logo (� ) of Amwest Surety Insurance Company (the "Company") on the front
and brown security paper on the back. Only unaltered originals of the POA are valid. This POA may not be used in conjunction with arty other POA. No
representations or warranties regarding this POA may be made by any person. This POA is governed by the laws of the State of California and is only valid until
the expiration date. The Company shall not be liable on any limited POA which is fraudulently produced, forged or otherwise distributed without the permission
of the Company. Arty party concerned about the validity of this POA or an accompanying Company bond should call your local Amwest branch office at
(214) 580-8666
constitute and appoint:
VIVIAN CAMPBELL
LANNIE MC CLAIN
AS EMPLOYEES OF AMWF.ST SURETY INSURANCE CO
its true and lawful Attomey-in-fact, with limited power and authority for and on behalf of the Company i
thereto if a seal is required on bonds, undertakings, recognizances, reinsurance agreement for a Miller A
:.Ibe nature thereofas fotlaiA
Bid Bonds up to 5••5,000,000.00
Contract (Performance & Payment), Comt, Subdivision 5-•5,000,006.00
License & Permit Bonds up to $-•5,000,000.00
Misce1laneous Bonds up to 51•5,000,000.00 �(\,r
Sman Business Administration Guaranteed Bonds up to 5••1,250,000.00
and to bind the company thereby. This appointment is made under and by
i, the undersigned secretary of Amwest Surety Insurance Company, a
force and effect and has not been revoked and furthermore, that the re
provisions of the By -Laws of the Company, are now in full force and'
Bond No. 0624103 Signed do sealed this 6
r toyxecut§nZo
affix the seal of the company
o r perfo or other written obligations in
dmvAfich are now in full force and effect.
RRTIFY that this Power of Attorney remains in full
fo)Lh on this Power of Attorney, and that the relevant
0.
4�19
Karen G. Cohen, Secretary
B B B B B MF B a: RSMU MONS O DIREC'T'ORS ** 0 v tit w-
�� B�
This POA is signed and seated by facsimile under d by autho ' o t owi utions adopted by the Board of Directors of Amwest Surety Insurance
Company at a mating duly held on December 1975:
RESOLVED, that the President or any r t, in n I1 wrtSac
ecretary or any Assistant Secretary, may appoint attorneys -in -fact or agents with
authority as defined or limited in the ins me i encin �tment'case, for and on behalf of the Company, to execute and deliver and affix the seal
of the Company to bonds, undertakin n' ces, tp obl iga qt s of all kinds; and said officers may remove any such attomey-in-fact or agent and
revoke any POA previously gran on.
RESOLVED FURTHER, that nd, and gn suretyship obligation shall be valid and bind upon the Company:
(i) when signed by the President o arty Vi r an and sealed (if a seal be required) by any Secretary or Assistant Secretary; or
(ii) when signed by the President or any ent or Assistant Secretary, and countersigned and sealed (if a seal be required) by a duly
authorized attorney-in-fact or ag o
(iii) when duly executed and seal ifs. require one or more attorneys -in -fact or agents pursuant to and within the limits of the authority evidenced
by the power of attorney iss mpany to suc person or persons.
RESOLVED FURTHER, that the at na of any authorized officer and the seal of the Company may be affixed by facsimile to any POA or certification
thereof authorizing the execution and del' cry of any bond, undertaking, recognizance, or other suretyship obligations of the Company; and such signature and will
when soused shall have the same force and effect as though manually affixed.
IN WITNESS WHEREOF, Amwest Surety Insurance Company has caused these presents to be signed by its proper officers, and its corporate seal to be hereunto
allured this 14th day of December, 1995. 11107
Q2�& 45 Yg&4±�Z A&I &4o�6�4_
00, John E. Savage, Prc dent Karen G. Cohen, Secretary
r.v * N i
R
1.
2.
3.
4.
5.
6.
7.
8.
9.
10
LIST OF SUBCONTRACTORS
Minority Owned
Yes
No
0
❑
0
0
0
❑
0
0
0
❑
❑
0
0
0
0
❑
❑
0
0
❑
PAYMENT BOND
BOND CHECK
BEST RATING
LICENED IN
DATE y
BOND NO. 015006132
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021 (a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $25,000)
RED RIVER CONSTRUCTION
r KNOW ALL MEN BY THESE PRESENTS, that COMPANY, INC. (hereinafter called the Principal(s), as
L�
Principal(s), and
AMWEST SURETY INSURANCE COMPANY
hereinafter called the Surety(s), as Surety(s) are held and firmly bound unto the City of Lubbock (hereinafter called the
(ane Million Hree Hundred 387,000.
Obligee), in the amount of Dollars ($► . 44awful money of the
1 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 thel0th day of
CSeptember , 19 96 , to
Bid #13617 - City of Lubbock Water Treatment Plant Improvements
r
4
w
L 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
7 Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said
i 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 September tem
RED RIVER CONSTRUCTION
4 AMWEST SURETY INSURANCE COMPANY
Surety
*By- V 41a.
(Title) Attorney -in -Fact
-Beverly Hayes
r
t
COMPANY, INC.
Principal
By:
(Title)Dean- Porter, Chairman
By:
(Title)
By:
(Title)
s
b „
at it is duly qualified to do business in Texas, and hereby
The undersigned surety company represents that Y q
designates ttoWar� man an -agent resident in Lubbock County to whom any requisite notices may be delivered and
f on whom service of process may be had in matters arising out of such suretyship.AMWEST SURETY
k INSURANCE COMPANY
Surety
*By: EQ
(Title)Attor ey-i Fact
Approved as to Form
City of Lubbock
By:
City Attorney
* Mote: 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
attorhey for our files.
17
r
PERFORMANCE BOND
BOND CHECK
BEST RATING -
LICE ED IN TEXAS
DATEY
PERFORMANCE BOND
STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $100,000)
Red River Construction Company, Inc.
KNOW ALL MEN BY THESE PRESENTS, that ' (hereinafter called the Principal(s), as Principal(s), and
Amwest Surety Insurance Company
1231 Greenway Drive, Suite 420, LB44, Irving, TX 75038
(hereinafter called the Surety .1, 13ily ett(s�h ee held naV a ly bound unto the City of Lubbock (hereinafter called the
Obligee), in the amount of Fi qty-GPVPn mho ,SAnd an n, i no Dollars ($1,387 ,000.00awful money of 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 thd.Othday of
September , 19 90to
v
Bid #13617 - City of Lubbock Water Treatment Plant Improvements
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.
r' NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that If the said Principal shall
F
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
f'• 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 thisl6th
day of September , 19 96
RED RIVER CONSTRUCTION
AMWEST SURETY INSURANCE COMPANY COMPANY, INC.
Surety Principal
* By: By:
(Title) Attorh y -in- act (Title) Dean Porter, Chairman
BeverlyHayes
By:
(Title)
By (Title)
11
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates Apward Cogan 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.
AMWEST SURETY
INSURANCE COMPANY
Surety
" By: K -w4-,0, 44 Cts
(Title) Attorm6y-in-fWct
Approved as to form:
City of Lubbock
,., By: /✓�
)L,
City Attorney
6 =
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.
E7
i
v
r
I
EXPUM710N DATE
PowEtt NUMBER 0
READ CAREMLLY
This document is printed on white paper containing the artificial watermarked logo (w ) of Amwest Surety insurance Company (the "Company") on the front
and brown security paper on the back. Only unaltered originals of the POA are valid. This POA may not be used in conjunction with any other POA. No
m7resentations or warranties regarding this POA may be made by any person. This POA is governed by the laws of the State of California and is only valid until
the expiration date. The Company shall not be liable on any limited POA which is fraudulently produced, forged or otherwise distributed without the permission
of the Company. Any party concerned about the validity of this POA or an accompanying Company bond should call your local Amwest branch office at
(214) 58048666
constitute and appoint:
VIVIAN CAMPBELL
GAEL A. BARRAT.A
LANNIE MC CLAIM
BEVERLY HAYES
DANIEL D. WALDORF
AS EMPLOYEES OF AMWEST SURETY INSURANCE CO
its true and lawful Attorney-in-fact, with limited power and authority for and on behalf of the Company
thereto if a seal is required on bonds, undertakings, recognizances, reinsurance agreement for a Miller A
the nature thereof as follow: C
Bid Bonds cep to $"5,000,000.00
Contract (Performance & Payment), Court, Subdivision $'•5,000,000.00
License do Permit Bonds cep to $'•5,000,000.00
hUscellaneous Bonds up to $"5,000,000.00
-Small Business Administration Guaranteed Bonds up to $••1,250,000.00 ,(
and to bind the company thereby. This appointment is made under and by
I, the undersigned secretary of Amwest Surety Insurance Company,
force and effect and has not been revoked and furthermore, that the i
provisions of the By -Laws of the Company, are now in full force an
Band No. 015006132 Signed&sealed
This POA is signed and sealed by facsimile under
Company at a mating duly held on December 1995:
RESOLVED, that the President or an ' e
authority as defined or limited in the m i enc!
of the Company to bonds, undertaking , ces, a
revoke any POA previously gran rson. A
RESOLVED FURTHER, that an nd, unde
(i) when signed by the President o any Vi sr
(ii) when signed by the President or any c
authorized attorney -in -factor ag o
(iii) when duly executed and sealaq(if a
req
affix the seal of the company
other written obligations in
Qlfich are now in full force and effect
IFY that this Power of Attorney remains in full
on this Power of Attorney, and that the relevant
�.
96 c,
Karen G. Cohen, Secretary
RECTORS * * * * * * *
adopted by the Board of Directors of Amwest Surety Insurance
`Secretary or any Assistant Secretary, may appoint attorneys -in -fact or agents with
�6 case, for and on behalf of the Company, to execute and deliver and att'ix the seal
of all kinds; and said officers may remove any such attorriey4ri-fact or agent and
,'suretyship obligation shall be valid and bind upon the Company:
and sealed (if a seal be required) by any Secretary or Assistant Secretary; or
or Assistant Secretary, and countersigned and sealed (if a seal be required) by a duly
one or more attomeys-in-fact or agents pursuant to and within the limits of the authority evidenced
by the power of attorney iss ompany to siu r person or persons.
RESOLVED FURTHER, that the si na of any authorized officer and the seal of the Company may be affixed by facsimile to any POA or certification
thereofauthorizing the execution and del' cry of any bond, undertaking, recognizance, or other suretyship obligations of the Company; and such signature and seal
when so used shall have the same force and effect as though manually affixed.
IN WITNESS WHEREOF, Amwest Surety Insurance Company has caused these presents to be signed by its proper officers, and its corporate seal to be hereunto
affixed this 14th day of December, 1995.
4!5!
. John E. Savage, Presfdcnt Karen G. Cohen, Secretary
CERTIFICATE OF INSURANCE
CERTIFICATE OF INSURANCE
TO: CITY OF LUBBOCK DATE: 9/16196
P.O. BOX 2000
LUBBOCK, TX 75457 TYPE OF PROJECT:
Water Treatment Plant Improve—
Red River Construction Co., Inc. meats, Contract
THIS IS TO CERTIFY THAT • 1506 CUltal Ave 1200 Plano. TX (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
POUCY NUMBER
EFFECTIVE
EFFECTIVE
OMITS
DATE
DATE
OVERAL LIABILITY
B commercial General Llabliny
KK 09100312
7/1/96
9/2/97
General Aggregate S 2 000.000
ii00
0 Claims Made
Products•Comp/Op AGG
Personal & Adv. injury S 1
a Occurrence
D Owner's b Contractors Protective
Each Occurrence S 1000,000
0
Fire Damage (Any one Fire) 5 -)U00
Med Exp (Any one Penson) S_. S.QO
AUTOMOTIVE LIABILITY
9 Any Auto
KK 09100312-1
7/1/96
9/2/97
Combined Single Limit$ 1.000.000
Ad Owned Autos
Bodily Injury (Per Pelson) i
Bodi:y Injury (Per Accident) 5
t7 Scheduled Autos
$ Hired Autos
Property Damage $
8i Non -Owned Autos(JSF1)
0
GARAGE LIABILITY
0 Any Auto
Aute Only •Each Accident S
G
Other than Auto Only:
-----i
Each Accident S
Aggregate $
D BUILDER'S RISK
:
0 I0o% of the Total Contract Price
S
p INSTALLATION FLOATER
EXCESS LIABILITY
0 Umbrella Form
Each Occurrence S
Aggregate S
0 Other Than Umbrella Form
S
INORKERSCOMPENSATION AND
WVK 09100150
7/1/96
9/2/97
EMPLOYERS' LIABILITY
The Proprletort :0 included
Statutory tJmits
1,000,000
ParinerslExecutivo 0 Excluded
Each Accident 3
Disease Policy Limit S
Officers are:
Dlsease•Each Employee $ 1.000-000.
OTHER
City of Lubbock and HDR
ngineering, I
c. are rec
gnized as[dditional
Insured with respect
to General Liability and
Automobile Li
bility pol
cies. Allolicies
contain a Waiver of
Subrogation in favor of
ity of Lubboc
and HDR E
gineering,nc.
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 legai 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
7 MUST BE SENT TO THE CITY OF LUBBOCK
711.
St. ?WLI, InsuraucA Companies
e ogsurer)
OPI
y:
Title: thorized Re resentative
i
TO: CITY OF LUBBOCK
P.O. BOX 2000
CERTIFICATE OF INSURANCE
DATE: 9/ 16/96
LUBBOCK, TX 79457 TYPE OF PROJECT:
Water Treatment Plant Improve—
Red River Construction Co., Inca ments, Contract
THIS IS TO CERTIFY THAT 1506 Capital Ave., 1200, Plano, TS (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
UMITS
DATE
DATE
GENERAL LIABILITY
0 commercial General Liability
General Aggregate S
D Claims Made
Products-ComplOp AGG S
D Occurrence
Personal a Adv. Injury S
0 Owner's a Contractors Protective
Each Occurrence S
D
Fire Damage (Any one Fire) 5
Med Exp (Any one Person) S
AUTOMOTIVE UABILITY
Combined single Limit i
p Any Auto
a At Owned Autos
Bodily Injury (Per Person):
0 Scheduled Autos
Bodily Injury (Per Accident) 5
0 Hued Autos
Property Damage 5
D NorrOwnedAutogJSF1J
0
GARAGE UABIUTY
Auto Only •Each Accident S
p Any Auto
Other than Auto Only:
Each Accident s
Aggregate f
p BUILOERs RISK
S
0 100% of the Total Contract Price
s
p INSTALLATION FLOATER
EXCESS LIABfUTY
a Umbrella Form
PHN 201879
9/2/96
9/2/97
Each Occurrence s2,000,000
Aggregate 33,jZQ0_OOn
0 other Than Umbrella Form
i
WORKERS COMPENSATIONANIP
EMPLOYERS'UABILITY
The Proprietor! 0 Included
Slatuto Limits
ry
Partners/Executive D Excluded
Each Accident 5
Disease Policy Limit s
Officers are:
Oiseese-Each Employee S
OTHER
City of Lubbock and HDRE
gineering, In(.
are reco
nized as
dtional Insureds. Policy
f
also providesaa Waiver off
Subrogation t
City of L
bbock and
R Engineering, Inc.
I.
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.
71, FIVE COPIES OF THE CERTIFICATE OF INSURANCE Ro al Indemnit Com
�a r
MUST BE SENT TO THE CITY OF LUBBOCK
BIP.
erryse
Title; Authorized R�resentativa
71'.
i
r
r
CERTIFICATE OF INSURANCE
TO: CITY OF LUBBOCK DATE: 9/16/96
P.O. BOX 2000
LUBBOCK, TX 79457 TYPE OF PROJECT:
Water Treatment Plant Im rove—
Red River Construction Co., Inc. meats, Contrict
THIS IS TO CERTIFY THAT 1506 Capital Ave., f200, Plano, TX (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 INSURqLlabllhy
POLICY NUMBER
DATE E
EFFECTIVEDA
UMI7S
GENERAL LIA&UTY
O Commercial General
General Aggreflate S
0 Claims Made
Products-Comp/Op AGG S
Personal 8 Adv. Injury S
0 Occurrence
0 Ownaes & Contractors Protective
Each Occurrence $
Fire Damage (Any one Fire) 5
0
Med Exp (Any one Person) i
AUTOMOTIVE LIABILITY
Combined Single Unfit S
0 Any Auto
AN owned Autos
p AN Owned
Bodily Injury (Pet Pelson) t
0 Autos
Bodily Injury (Per Accident) $
0 Hired Autos
Property Damage S
0 Non..OwnedAutos(JSF1)
0
GARAGE UABIUTY
Auto Only •Each Accident i
0 Any Auto
Other than Auto Only:
Each Accident S
Aggregate S
lit—a BLOW100% fIheTISK
0 10096 or the Total Contract Price
PHU 201879
9/2/96
9/2/97
$5,500,000
p INSTALLATION FLOATER
$
EXCESS LIASILITY
p Umbrella Form
Each Occurrence $
Aggregate S
0 Other Than Umbrella form
$
WORKERS COMPENSATION AND
EMPLOYERS' LIABIUTY
The Propttetort 0 Included
Statutory Limits
ParwrslExecutive 0 Excluded
Each Accident S
Disease Policy Umit S
Officers are:
Olsease•Each Employee $
OTHER
City of Lubbock and HDR
ngineering, lie.
are rec gnized as
ditional Insureds. Policy
also provides a Waiver o
Subrogation
City of ubbock and
HDR Engineering, Inc.
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 Lumberman's Mutual nsurance Cc
(Name o urer
MUST BE SENT TO THE CITY OF LUBBOCK
i rty P. Rose
Title: Autho ,zed RepreeentatIM
0
CITY OF LUBBOCK
INSURANCE REQUIREMENT AFFIDAVIT
To Be Completed by Appropriate Insurance Agent/Broker
Prior to Award of Contract
I, the undersigned Agent/Broker, certify that the insurance requirements contained in this bid document have
been reviewed by me with the below identified Contractor. If the below identified Contractor is awarded this
contract by the City of Lubbock. I will be able to, within ten (10) days after being notified of such award by
contractor. furnish a valid insurance certificate to the City meeting all of the requirements defined in this
bid/proposal
r7-e�, Age (Signat e) Agent (rKX P. Rose
g (Print)
Name of Agent/Broker: AON Risk Services of Texas, Inc.
Address of Agent/Broker, 2200 Ross Avenue, Suite 1700
City/State/Zip: Dallas, Texas 75201
Agent/Broker Telephone #: ( 214 ) 978-6600
r Date: September 16 1996
CONTRACTOR'S NAME: Red River Construction Co., Inc.
(Print or Type )
CONTRACTOR'S ADDRESS: 1506 Capital Avenug, Suite 200
rPlano, Texas 75074
NOTE TO AGENT/BROKER
If this time requirement is not met, the City has the right to reject this bidlproposal and award the
contract to another contractor. If you have any questions concerning these requirements, please
contact the Purchasing Manager for the City of Lubbock at (806)767-2165.
BID #13517 - CITY OF LUBBOCK WATER TREATMENT PLANT IMPROVEMENTS
7
CONTRACTOR CHECKLIST
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 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;
m 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:
w
7
7
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 requirementfor
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;
(E7 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 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.0
CONTRACT
f"
r
L
r
t,
CONTRACT
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 10th day of September. 1996 by and between the City of
Lubbock, County of Lubbock, State of Texas, acting by and through David R. Langston, Mayor, thereunto authorized to
do so, hereinafter referred to as OWNER, and RED RIVER CONSTRUCTION COMPANY INC of the City of Piano.
County of Collin 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 # 13617 - CITY OF LUBBOCK WATER TREATMENT PLANT IMPROVEMENTS - $1,387,000.00
and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own
proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor,
insurance and other accessories and services necessary to complete the said construction in accordance with the
contract documents as defined in the General Condition of Agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance
with the 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.
APPROVED S RM:
r
City Attorney
ATTEST:
Coorate Secretary
31� .1 1, 1 QL ffA-MAYZ-3J
CITY OFLU O , T S (OWNER)
By:
MAYOR 07Z;r I
CONTRACTOR:
RED RIVER CONSTRUCTION CQMPANY, INC.
By:
PRINTED NAME: Dean Porter
TITLE: Chairman
COMPLETE ADDRESS:
Red River Construction Company, Inc.
1506 Capital Avenue Suite 200
Plano, Texas 75074
GENERAL CONDITIONS OF THE AGREEMENT
I
7
1
71
r
E:
GENERAL CONDITIONS OF THE AGREEMENT
OWNER
Whenever the word Owner, or the expression Party of the First Part, or First Party, are used in this contract, it
shall be understood as referring to the City of Lubbock, Texas.
2. CONTRACTOR
Whenever the word Contractor, or the expression Party of the Second Part, or Second Party, is used, it shall be
understood to mean the person, persons, co -partnership or corporation, to wit: RED RIVER CONSTRUCTION
COMPANY. INC. who has agreed to perform the work embraced in this contract, or to his or their legal
representative.
3. OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as
referring to, City of Lubbock, under whose supervision these contract documents, including plans and
specifications, were prepared, and TERRY ELLERBROOK, DIRECTOR OF WATER UTILITIES who will
Inspect constructions; or to such other representative, supervisor, or inspector as may be authorized by said
Owner to act in any particular under this agreement. Engineers, supervisor or inspectors will act for the Owner
under the direction of Owner's Representative, but shall not directly supervise the Contractor or men acting in
behalf of the Contractor.
4. CONTRACT DOCUMENTS
The contract'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 Certificate, and all other documents made available to
Bidder for his inspection in accordance with the Notice to Bidders.
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 him who gives the notice.
8. WORK
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery,
equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other
facilities necessary for the execution and completion of the work covered by the contract 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 worts 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 stili may require minor miscellaneous work and adjustment.
0. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall
accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will
check the Contractor's layout of all major structures and any other layout work done by the Contractor at
Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all
work in accordance with the Plans and Specifications.
11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished with one copies of all Plans, Profiles and Specifications without expense to him
and he shall keep one copy of same consistently accessible on the job site.
12. RIGHT OF ENTRY
The Owner's Representative may make periodic visits to the site to observe the progress of quality of the
executed work and to determine, in general, if the work is proceeding in accordance with the contract documents.
He will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the
work, nor will he be responsible for the construction means, methods, techniques, sequences or procedures, or
the safety precautions incident thereto. His efforts will be directed towards providing assurances for the Owner
that the completed project will conform to the requirements of the contract documents, but he will not be
responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. On the
basis of his onsite observations, he will keep the Owner informed of the progress of the work and will endeavor to
guard the Owner against defects and deficiencies in the work of the Contractor.
13. LINES AND GRADES
All lines and grades shall be furnished by the Owner's Representative whenever 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 his 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 him, his
Subcontractors, or his employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at
Contractor's expense.
i
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's
Representative shall review all work included herein. He has the authority to stop the worts whenever such
stoppage may be necessary to insure the proper execution of the contract. In order to permit delays and
disputes and to discourage litigation, it is further agreed that the Owner's Representative shall, in all cases,
determine the amounts and quantities of the several kinds of work which are to be paid for under this contract.
He shall determine all questions in relation to said worts and the construction thereof, and shall, in all cases,
decide every question which may arise relative to the execution of this contract on the part of said Contractor.
The Owner's Representatives' estimates and findings shall be conditions precedent to the right to any action on
the contract, and to any rights of the Contractor to receive any money under this contract.
r-
The Owner's Representative shall, within a reasonable time, render and deliver to both the Owner and the
Contractor a written decision on all claims of the parties hereto and on all questions which may arise relative to
the execution of the work or the interpretation of the contract, specifications and plans.
1s. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from
F 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 fumished 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 six (6) days make written appeal to the Owner's Representative for his
decision.
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall
keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory
to Owner's Representative. The superintendent shall represent the Contractor in his absence and all directions
given to him shall be binding as if given to the Contractor. Adequate supervision by competent and reasonable
representatives of the Contractor is essential to the proper performance of the work and lack of such supervision
shall be grounds for suspending operations of the Contractor.
,.- The work, from its commencement to completion, shall be under the exclusive charge and control of the
Contractor and all risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives will not be responsible for the acts or omissions of the Contractor, or any
subcontractors, or any of his agents or employees, or any other persons performing any of the work.
i,
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied himself 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 effect the work under this
contract. No verbal agreement or conversation with any officer, agent, or employee of the Owner, either before
or after the execution of this contract, shall effect or modify any of the terms or obligations herein contained.
a
t
18. CHARACTER OF WORKMEN
The Contractor agrees to employ only orderly and competent men, skillful in the performance in the type of work
required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform
him in writing that any man or men on the work, are, in his opinion, incompetent, unfaithful, or disorderly, 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 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 reasonable 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 work is in preparation or progress. Contractor.shall ascertain the scope of any
observation which may be contemplated by Owner or Owner's Representative and shall give 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 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 Observer has
previously accepted the work through oversight or otherwise. If any work should be covered without approval or
consent of the Owner, it must, if requested by Owner or Owner's 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 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 bome by the Contractor unless otherwise provided herein. Any work which fails to meet the
requirements of any such tests, inspections or approval, and any work which meets the requirements of any such
tests or approval but does not meet the requirements of the contract documents shall be considered defective.
Such defective work shall be corrected at the Contractor's expense.
r
a
l""
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by
Owner, Owner's Representative, or other persons authorized under this agreement to make such inspections,
' tests, or approvals shall relieve the Contractor from his obligation to perform the work in accordance with the
requirements of the contract documents.
} 22. DEFECTS AND THEIR REMEDIES
It is further agreed that if the work or any part thereof, or any material brought on the site of the work for use in
the work or selected for the same, shall be deemed by the Owner or Owners' Representative as unsuitable or not
in conformity with plans, specification and contract documents, the Contractor shall, after receipt of written notice
thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such
work so that it shall be in full accordance with this contract. 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 any actual
loss occasioned by such change, due to actual expenses incurred in preparation for the work as originally
planned.
24. EXTRA WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that may be
required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change,
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 actual field cost of the work, plus
fifteen (15%) percent.
In the event said extra work be performed and paid for under Method (C), 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 him for his 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 he should receive
compensation or an adjustment in the construction time, he shall make written request to the Owner's f"
Representative fora 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).
The Contractor will thereby preserve the right to submit the matter of payment to arbitration as herein below
provided.
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of this contract 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 contract
documents as interpreted by Owner's Representative. If the Contractor finds any discrepancies or omissions in
these plans, specifications, or contract documents, he should notify the Owners' Representative and obtain a
clarification before the bids are received, and if no such request is received by the Owner's Representative prior
to the opening of bids, then it shall be considered that the Contractor fully understands the work to be included
and has provided sufficient sums in his bid to complete the work in accordance with these plans and
specifications. It is further understood that any request for clarification must be submitted no later than five days
prior to the opening of bids.
26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT
If
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.
I --
If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the r"
Contractor shall, if so ordered in writing, increase his force or equipment, or both, to such an extent as to give
reasonable assurance of compliance with the schedule of progress.
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC
The Contractor shall take out and procure a policy or policies of 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, his sureties and insurance carriers shall defend, indemnify and
save harmless the Owner and all of its officers, agents and employees from all suits, actions, or claims of any ""'
y character whatsoever, brought for or on account of any injuries or damages received or sustained by any person
or persons or property, on account of any negligent act or fault of the Contractor or any subcontractor, their
agents or employees, in the execution and supervision of said contract, and the project which is the subject
matter of this contract, on account of the failure of Contractor or any subcontractor to provide necessary
barricades, warning lights, or signs and will be required to pay any judgment with costs which may be obtained
,,w, against the Owner or any of its officers, agents, or employees including attorney's fees.
The safety precautions taken shali'be the sole responsibility of the Contractor, in his sole discretion as an
Independent Contractor, inclusion of this paragraph in the Agreement, as well as any notice which may be given
by the Owners or the Owner's Representative concerning omissions under this paragraph as the work
progresses, are intended as reminders to the Contractor of his duty and shall not be construed as any assumption
of duty to supervise safety precautions by either the Contractor or any of his subcontractors.
28. CONTRACTOR'S INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the
General Conditions of the contract documents, from an underwriter authorized to do business in the State of
Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of
cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All
` policies shall, contain an agreement on the part of the insurer waiving the right to subrogation.
The insurance certificates furnished shall name the City as an additional insured and shall further state that all
subcontractors are named as additional insureds, or in the alternative, shall be accompanied by a statement from
the Contractor to the effect that no work on this particular project shall be subcontracted.
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 prior to contract execution.
A. Comprehensive General Liability Insurance
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:
Premises and Operations
Explosion & Collapse Hazard
Underground Damage Hazard
Products & Completed Operations Hazard
Contractual Liability
Independent Contractors Coverage
Personal Injury
Advertising Injury
B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance.
For bodily injuries, including accidental death and or property damage, $1,000,000 Combined Single
Limit. This policy shall be submitted prior to contract execution.
F
e
C. Comprehensive Automobile Liability Insurance
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, $1.000.000 Combined Single Limit, -
to include all owned and nonowned cars including: Employers Nonownership Liability Hired and
Nonowned Vehicles. The City Is to be named as an additional insured on this policy for this specific job and
copy of the endorsement doing so is to be attached to the Certificate of Insurance.
D. Builder's Risk Insurance Policy
The Contractor shall obtain a Builders Risk policy in the amount of 100% of the total contract price x--
(100% of potential loss) naming the City of Lubbock as insured. -
E. Umbrella Liability Insurance
The Contractor shall have Umbrella Liability Insurance in the amount of $1.000.000 on all contracts with
coverage to correspond with ComprehensiveGeneral Liability and Comprehensive Automobile Liability
coverages.
F. Worker's Compensation and Employers Liability Insurance
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.
1. 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 .❑
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.
3. The Contractor must provide a certificate of coverage to the governmental entity prior to being r'
awarded the contract.
Ir
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
(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 (1) - (7), with the certificates of coverage to be provided to the person for
whom they are providing services.
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.
G. Proof of Coverage --
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the '
Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as _
evidence of compliance with the above insurance requirements, signed by an authorized representative
of the insurance company setting forth:
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date borne by
such certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the date bome 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:
r
w
1<
(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
1
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:
(i) a certificate of coverage, prior to that person beginning work on the project, so
f*"
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
if the shown on the
f
coverage showing extension of coverage, coverage period
current certificate of coverage ends during the duration of the project;
s
(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 Act or other commission rules. This notice must
t
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:
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services
4
related to this construction project must 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."
r»
"Call the Texas Workers' Compensation Commission at 5121440-3789 to receive
{
Information on the legal requirement for coverage, to verify whether your
4
employer has provided the required coverage, or to report an employer's failure to
provide coverage." and
t
(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;
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 language in
subsection (e) (3) of this rule;
(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
r
(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 (A) - (H), with the certificate of coverage to be provided
to the person for whom they are providing services.
29. DISABLED EMPLOYEES
Contractors having more than 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
The Contractor agrees that he will indemnify and save the Owner harmless from all claims growing out of any
demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts
thereof, equipment, power tools, all suppliers, including commissary, incurred in the furtherance of the
performance of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all
obligations of the nature hereinabove designated have been paid, discharged or waived.
If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of
those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within
five (5) days after demand is made, then Owner may, during the period for which such indebtedness shall remain
unpaid, withhold from the unpaid portion of this contract, a sum equal to the amount of such unpaid indebtedness
or may apply the sum so withheld to discharge any such indebtedness. -�
Any and all communications between any party under this paragraph must be in writing.
31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
k 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. The Contractor shall defend all suits or claims for- infringement of any patentor copyrights and
shall indemnify and save the Owner harmless from any loss on account thereof, except that Owner shall defend
all such suits and claims and shall be responsible for all such loss when a particular design, device, material or
process or the product of a particular manufacturer or manufacturers is 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 harmless from any loss on account thereof. if
the material or process specified or required by Owner is an infringement, the Contractor shall be responsible for
r., such loss unless he promptly gives written notice to the Owner of such infringement.
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 effect the contract or the work, and shall indemnify and save harmless the
Owner against any claims arising from the violation of any such laws, ordinances, and regulations, whether by
the Contractor or his employees. If the Contractor observes that the plans and specifications are at variance
therewith, he shall promptly notify the Owners' Representative in writing and any necessary changes shall be
adjusted as provided in the contract for changes in the work. If the Contractor performs any work knowing it to
be contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's
Representative, he shall bear all costs arising therefrom.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, 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. ASSIGNMENT AND SUBLETTING
r
The Contractor further agrees that he will retain- personal control and will give his personal attention to the
fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or
materials required in the performance of this contract, shall not relieve the Contractor from his full obligations to
the Owner, as provided by this contractual agreement.
34. TIME FOR COMPLETION AND LIQUIDATED DAMAGES
i
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of
,ell beginning and time for completion as specified in the contract of work to be done hereunder are essential
conditions of this contract; and it is further mutually understood and agreed that the work embraced in this
A contract shall be commenced on a date to be specified in the Notice to Proceed.
If the Contractor should neglect, fail, or refuse to complete the work within the time herein specified, or any
proper extension thereof granted by the Owner, then the Contractor does hereby agree as part of the
consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total
�. compensation, the sum of $1000.00 (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 calendar day that the
Contractor shall be in default after the time stipulated for completing the work.
(" It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the
completion of the work described herein is reasonable time for the completion of the same, taking into
consideration the average climatic change and conditions and usual industrial conditions prevailing in this
r.� locality.
t The amount is fixed and agreed upon by and between the Contractor and the Owner because of the
impracticability and extreme difficulty in fixing and ascertaining actual damages the Owner would in such event
sustain, and the amount is agreed to be damages the Owner would sustain and shall be retained by the Owner
from current periodical estimates for payments or from final payment.
It is further agreed and understood between the Contractor and Owner that time is of the essence of this contract.
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 his work at such time and sessions, In such order of precedence, and in such
manner as shall be most conductive to economy of construction; provided, however, that the order and time of
prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance
with this 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 his own force, the Owner's
Representative may direct the time and manner of constructing work done under this contract so that conflicts
will be avoided and the construction of the various works being done for the Owner shall be harmonized.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative,
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. EXTENSION OF TIME
The Contractor agrees that he has submitted his 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 33 hereinabove set forth and that he
shall not be entitled to, nor will he request, an extension of time on this contract, except when his work has been
delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors '--
employed by the owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public
enemy, fire or flood. The Contractor may apply in writing for an extension of time, submitting therewith all written
justification as may be required by Owner's Representative for such an extension as requested by Contractor.
The Owner's Representative within ten (10) days after receipt of a written request for an extension of time by the
Contractor supported by all requested documentation shall then consider such written request and respond to
Contractor in writing granting or rejecting the request for an extension of time to complete the project.
37. HINDRANCE AND DELAYS
In executing the contract agreement, the Contractor agrees that in undertaking to complete the work within the
time herein fixed, he has taken into consideration and made allowances for all hindrances and delays incident to
such work, whether growing out of delays in securing material or workmen or otherwise. 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 where the work is stopped by order of the Owner or Owner's Representative for
the Owner's convenience, in which event, such expense as In the judgment of the Owner's Representative that is
caused by such stoppage shall be paid by Owner to Contractor.
38. QUANTITIES AND MEASUREMENTS
No extra or customary measurements of any kind will be aliowed,•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 tet on a unit price basis, then Owner and Contractor agree that this contract, including the
specifications, plans and other contract documents are intended to show clearly all work to be done and material
to be furnished hereunder. Where the estimated quantities are shown for the various classes of work to be done
and material to be furnished under this contract, they are approximate and are to be used only as a basis for
estimating the probable cost of the work and for comparing their bids offered for the work. It is understood and
agreed that the actual amount of work to be done and the materials to be
famished 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
famished on the project.
1 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 he shall be liable for
any and all claims for such damage on account of his failure to fully protect all adjacent property. The Contractor
agrees to indemnify, save and hold harmless the Owner against any claim or claims for damages due to any
Injury to any adjacent or adjoining property, arising or growing out of the performance of this contract, but such
i... indemnity shall not apply to any claim of any kind arising out of the existence or character of the work.
G ' 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 him and for well and truly performing the same and the whole thereof in the manner and according to
this agreement, the attached specifications, plans, contract documents and requirements of Owner's
Representative.
t 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 which have
not theretofore been timely filed as provided in this contract.
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. Owner's Representative shall review said application for partial payment and the progress of
the work made by the Contractor and if found to be in order shall prepare a certificate for 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; said statement shall also include the value of all sound materials delivered on site of
the work that are to be fabricated into the work.
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of
the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be
retained until final payment, and further, less all previous payments and all further sums that may be retained by
Owner under the terms of this agreement. It is understood, however, that in case the whole work be near to
completion, and this fact is certified to by Owner's Representative and some unexpected and some unusual
delay occurs due to no fault or negligence on the part of the Contractor, the Owner may upon written
recommendation of Owner's Representative pay a reasonable and equitable portion of the retained percentage
due Contractor.
,
., 43. FINAL COMPLETION AND ACCEPTANCE
Within thirty-one (31) days after the Contractor has given the Owner's Representative written notice that the work
has been completed or substantially completed, the Owner's Representative and the Owner shall inspect the
work and within said time, if the work be found to be completed or substantially completed in accordance with the
contract documents, the Owner's Representative shall issue to the Owner and Contractor his certificate of
completion, and thereupon it shall be the duty of the Owner within thirty-one (31) days to issue a certificate of
acceptance of the work to the Contractor.
44. FINAL PAYMENT
Upon the issuance of the certificate of completion, the Owner's Representative shall proceed to make final
measurement and prepare a final statement of the value of all work performed and materials furnished under the
terms of the agreement, and shall certify same to the Owner, who shall pay to the Contractor on or before the _
31st day after the date of certificate of completion, the balance due Contractor under the terms of this
agreement, provided he has fully performed his contractual obligations under the terms of this contract; and said
payment shall become due in any event upon said performance by the Contractor. Neither the certificate of
acceptance nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of
the obligation for fulfillment of any warranty which may be required in the special conditions Cf any) of this
contract or required in the specifications made a part of this contract.
45. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK
Contractor shall promptly remove from Owners' premises all materials condemned by the Owner's
Representative on account of failure to conform to the contract, whether actually incorporated in the work or not,
and Contractor shall at his own expense promptly replace such condemned materials with other materials
conforming to the requirements of the contract. Contractor shall also bear the expense of restoring all work of
other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any
such condemned work within a reasonable time after a written notice by the Owner or the Owner's
Representative, Owner may remove and replace it at Contractor's expense.
46. CORRECTION OF WORK AFTER FINAL PAYMENT
Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of
responsibility for faulty materials or workmanship, and he shall remedy any defects due thereto and pay for any
damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of
substantial completion. The Owner or the Owner's Representative shall give notice of observed defects with
reasonable promptness.
47. PAYMENT WITHHELD
The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any
certificate to such extent as may be necessary to protect himself from loss on account of:
(a) Defective work not remedied.
(b) Claims filed or reasonable evidence indicating possible filing of claims.
(c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor.
(d) Damage to another contractor.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, which
will protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them.
48. TIME OF FILING CLAIMS
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor
shall be in writing and filed with the Owner's Representative within fifteen (15) days after the Owner's
Representative has given any directions, order or instruction to which the Contractor desires to take exception.
The Owners' Representative shall reply to such written exceptions by the Contractor and render his final decision
in writing. In case the Contractor should appeal from the decision of the Owner's Representative, any demand
1 for arbitration shall be filed with the Owner's Representative and the Owner in writing within ten (10) days after
the date of delivery to Contractor of the final decision of the Owner's Representative. It is further agreed that
final acceptance of the work by the Owner and the acceptance by the Contractor of the final payment shall be a
bar to any claim by either party, except where noted otherwise In the contract documents.
A
t
49. ABANDONMENT BY CONTRACTOR
e
In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written
notification from the Owner or the Owner's Representative, or if the Contractor fails to comply with the orders of
the Owner's Representative, when such orders are consistent with this contract, this Agreement, or the
Specifications hereto attached, then the Surety on the bond shall be notified in writing and directed to complete
the work and a copy of said notice shall be delivered to the Contractor.
After receiving said notice of abandonment, the Contractor shall not remove from the work any machinery,
equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment
under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or
another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore
(except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph
24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the
cost to complete the work and be reflected in the final settlement.
In case the Surety should fail to commence compliance with the notice for completion hereinbefore provided for
within ten (10) days after service of such notice, then the Owner may provide for completion of the work in either
of the following elective manners:
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and
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 his Surety shall pay the amount of such excess
to the Owner, or
(b) The Owner, under sealed bids, after notice published as required by law, at least twice in a 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. However, should the cost to complete any such new contract prove to be less
than that which would have been the cost to complete the work under this contract, the Contractor or his
Surety shall be credited therewith.
When the work shall have been substantially completed, the Contractor and his Surety shall be so notified and
certificates of completion and acceptance, as provided in paragraph 42 hereinabove set forth, shall be issued. A
complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct
shall then be prepared and delivered to Contractor and his Surety, whereon the Contractor or his Surety, or the
Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date
of certificate of completion.
In the event the statement of accounts shows that the cost to complete the work is less than that which would
have been the cost to the Owner had the work been completed by the Contractor under the terms of this
�., contract, or when the Contractor and/or his Surety shall pay the balance shown to be due by them to the Owner,
then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the
Contractor and/or his Surety. Should the cost to complete the work exceed the contract price, and the Contractor
and/or his Surety fail to pay the amount due the Owner within the time designated hereinabove, and there
" remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together
:a
with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety at the
respective addresses designated in this contract; provided, however, that actual written notice given in any
manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the
risk of the Contractor and his Surety subject only to the duty of the Owner to exercise ordinary care to protect
such property. After fifteen (15) days from the date of said notice the Owner may sell such machinery,
equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the
Contractor and his Surety. Such sale may be made at either public or private sale, with or without notice, as the
Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies which remain
on the *jobsite and belong to persons other than the Contractor or his Surety, to their proper owners.
50. ABANDONMENT BY OWNER
In case the Owner shall fail to comply with the terms of this contract, and should fail or refuse to comply with said r --
terms within ten (10) days after written notification by the Contractor, then the Contractor may suspend or wholly
abandon the work, and may remove therefrom all machinery, tools, and equipment, and all materials on the
ground that have not been included in payments to the Contractor and have not been incorporated into the work.
Thereupon, the Owner's Representative shall make an estimate of the total amount earned by the Contractor,
which estimate shall include the value of all work actually completed by said Contractor at the prices stated in the
attached bid, the value of all partially completed work at a fair and equitable price, and the amount of all Extra
Work performed at the prices agreed upon, or provided for by the terms of this contract, and a reasonable sum to
cover the cost of any provisions made by the Contractor to carry the whole work to completion, and which cannot
be utilized. The Owner's Representative shall then make a final statement of the balance due the Contractor by -
deducting from the above estimate all previous payments by the Owner and all other sums that may be retained
by the Owner under the terms of this Agreement, and shall certify same to the Owner who shall pay to the
Contractor on or before thirty (30) days after the date of the notification by the Contractor the balance shown by
said final statement as due the Contractor, under the terms of this Agreement.
51. BONDS
The successful bidder 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. All bonds, if required, shall be submitted on forms supplied by the Owner, and executed by an
approved Surety Company authorized to do business in the State of Texas. And it is further agreed that this
contract shall not be in effect until such bonds are so furnished.
52. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special
conditions conflict with any of the general conditions contained in this contract, then in such event the special
conditions shall control.
53. LOSSES FROM NATURAL CAUSES
Unless otherwise specified herein, all loss or damage to the Contractor arising out of the nature of the work to be
done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the same,
or from unusual obstructions or difficulties which may.be encountered in the prosecution of the work, shall be
sustained and bome by the Contractor at his own cost and -expense.
54. INDEPENDENT CONTRACTOR
Contractor Is, and shall remain, an independent contractor with full, complete and exclusive power and authority
to direct, supervise, and control his own employees and to determine the method of the performance of the work
covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's -�
work during his performance and to carry out the other prerogatives which are expressly reserved to and vested
in the Owner or Owner's Representative
hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an
independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own
employees or to any other person, firm, or corporation.
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 he shall remove all such debris and also his tools, scaffolding, and surplus materials
and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case
of dispute Owner may remove the debris and charge the cost to the Contractor.
CURRENT WAGE DETERMINATIONS
1.CDU lU 11Vi! .V. J1�1
March 14, 1996
Item #19
t,
y.
RESOLUTION
r
WHEREAS, the City Council has heretofore established the general prevailing rate of
per diem wages for each craft or type of workmen or mechanics needed to execute public
i works contracts for the City of Lubbock in accordance with the provisions of Vernon's
Ann.Civ.St., Art. 5159a; and
.. is
WHEREAS, such wage rates were established by Resolution No. 719 enacted February
1 12, 1981, updated by Resolution No. 1590 enacted February 23, 1984, and further updated by
Resolution No. 2502 enacted January 8, 1987; and
WHEREAS, such rates need to be updated at the present time in order to reflect the `
! current prevailing rate of per diem wages; NOW THEREFORE:
�., • �
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the general prevailing rate of per diem wages for public works contracts shall be
iias set forth in the following named exhibits, which exhibits shall be attached hereto and made
a part hereof for all intents and purposes:
Exhibit A: Building Construction Trades
Exhibit B: Paving and Highway Construction
Exhibit C. Overtime Rate a
Exhibit D: Weekend and Holiday Rate
Such wage rates are hereby found and declared to be the general prevailing rate of per diem
wages in all localities where public works are undertaken on behalf of the City of Lubbock and
such wage rates shall be included in all public works contracts as provided by law.
r
i
r
Passed by the City Council this 14th
ATTEST:
Are,—I I (__�_vv�
Betty M. J on, City Secretary
APPROVED AS TO CONTENT:
Mary AndrYws, Managing Director of
Human Resources
APPROVED AS TO FORM:
a old Willard, Assistant City Attorney
H W : da/ccdocs/pubworks. res
February 14. 1996
rch
, 1996.
YOR
1:11:
City of Lubbock
Building Construction Trades
Prevailing Rates
CraftHourly Rate
Acoustical Ceiling Installer
10.00
Air Conditioner Installer
11.00
Air Conditioner Installer -Helper
5.50
Asbestos Worker
8.00
Asbestos Supervisor
11.00
Bricklayer
11.00
Bricklayer -Helper
6.00
Carpenter
11.00
Carpenter -Helper
6.00
Cement Finisher
7.50
Drywall Hanger
10.00
Electrician
13.00
Electrician -Helper
6.00
Equipment Operator -Heavy
8.50
Equipment Operator -Light
7.50
Floor Installer
8.50
Glazier
8.00
Insulator-Piping/Boiler
9.00
Insulator -Helper
5.50
Iron Worker
8.00
Laborer -General
5.50
Mortar Mixer
5.50
Painter
9.50
Plumber
10.50
Plumber -Helper
6.00
Roofer
8.00
Roofer -Helper
5.50
Sheet Metal Worker
8.75
Sheet Metal Worker -Helper
5.50
Welder -Certified
10.00
EXHIBIT B
Paving and Highway Construction
Prevailing Wage Rates
Craft
Houriy Rate
Asphalt Heaterman
6.00
Asphalt Shoveler
5.50
Concrete Finisher
7.35
Concrete Finisher -Helper
5.75
Electrician
10.50
Flagger
5.50
Form Setter
6.50
Form Setter -Helper
5.50
Laborer -General
5.50
Laborer -Utility
6.25
Mechanic
7.25
Mechanic -Helper
5.50
Power Equipment Operators
Asphalt Paving Machine
7.00
Bulldozer
7.00
Concrete Paving Machine
7.00
Front End Loader .
6.50
Heavy Equipment Operator
7.00
Light Equipment Operator
6.50
Motor Grader Operator
8.50
Roller
6.00
Simper
6.50
Tractor
6.50
Truck Driver -Light
6.00
Truck Driver -Heavy
6.50
1:11:
Prevailing Wage Rates
Overtime Rate
The rate for overtime ('in excess of forty hours per week) is 1 1/2 times base rate.
IT D
Prevailing Wage Rates
Weekend and Holiday Rate
The rate for weekend and holiday is 1 1/2 times base rate.
SPECIFICATIONS
Treatment Plant
Improvements
1996 Additions
Contract 7
City of Lubbock,
Texas
Project Manual
May 1996
Of T i
�_.......� 1
s* r � •� t�'a�
A
JOE W. EZZEIL I
00.00000 ..... a ......... ...
r'o ; 64491 i>
ties•...�s..00. c,`��.
HDR Engineering, Inc.
(THIS PAGE LEFT BLANK INTENTIONALLY)
PROJECT MANUAL
CITY OF LUBBOCK
WATER TREATMENT PLANT IMPROVEMENTS
1996 ADDITIONS
CONTRACT 7
TABLE OF CONTENTS
DIVISION 1 - GENERAL REQUIREMENTS
01010 - SUMMARY OF WORK
01060 - SPECIAL CONDITIONS
01340 - SHOP DRAWINGS, PRODUCT DATA & SAMPLES, OPERATION AND
MAINTENANCE MANUALS, EQUIPMENT RECORD SHEETS
01370 - SCHEDULE OF VALUES
01500 - CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS
01650 - STARTUP
01700 - CONTRACT CLOSEOUT
01710 - CLEANING
01800 - OPENINGS AND PENETRATIONS IN CONSTRUCTION
DIVISION 2 - SITE WORK
02072 - DEMOLITION, CUTTING AND PATCHING
02221 - TRENCHING, BACKFILLING, AND COMPACTING FOR UTILITIES
DIVISION 3 - CONCRETE (NOT USED)
DIVISION 4 - MASONRY (NOT USED)
DIVISION 5 - METALS (NOT USED)
DIVISION 6 - WOOD AND PLASTICS (NOT USED)
DIVISION 7 - THERMAL AND MOISTURE PROTECTION (NOT USED)
DIVISION 8 - DOORS AND WINDOWS (NOT USED)
DIVISION 9 - FINISHES
09905 - PAINTING AND PROTECTIVE COATINGS
DIVISION 10 -SPECIALTIES
10400 - IDENTIFICATION, STENCILING, AND TAGGING SYSTEMS
10444 - SIGNAGE
DIVISION 11 -EQUIPMENT
11005- EQUIPMENT: GENERAL REQUIREMENTS
11120 - CIRCULAR SLUDGE COLLECTION EQUIPMENT: GENERAL REQUIREMENTS
City of Lubbock, Municipal Water Treatment - Contract 7
DIVISION 12 - FURNISHINGS (NOT USED)
DIVISION 13 - SPECIAL CONSTRUCTION
13222 - FILTER UNDERDRAINS
13224 - FILTER MEDIA
DIVISION 14 - CONVEYING SYSTEMS (NOT USED)
DIVISION 15 - MECHANICAL
15060 - PIPE AND PIPE FITTINGS: GENERAL REQUIREMENTS
15090 - PIPE SUPPORT SYSTEMS
DIVISION 16 - ELECTRICAL (NOT USED)
City of Lubbock, Municipal Water Treatment - Contract 7
DIVISION 0
BIDDING REQUIREMENTS, CONTRACT FORMS,
AND CONDITIONS OF THE CONTRACT
(THIS PAGE LEFT BLANK INTENTIONALLY)
r
is
00805-1
01
94I26 SECTION 00805
•
02
02
02
03
SUPPLEMENTARY GENERAL CONDITIONS
03
04
04
05
05
06
�•
06
07
07
08
08
PART 1 - GENERAL
09
r
09
10
1.01 ADDITIONS, DELETIONS, AND REVISIONS
10
11
11
12
A. General Conditions. This term, when used in this contract, shall be
12
13
understood as referring to both the General Conditions of the
13
14
Agreement and the Supplementary General Conditions.
14
x
15
15
16
B.' Engineer. The term Engineer means HDR Engineering, Inc. acting
16
17
within the scope of duties contained within the Supplementary
17
18
General Conditions and as described in Exhibit A of the
18
19
Supplementary General Conditions. The performance of the Engineer's
19
20
duties is intended to be for the sole and exclusive benefit of the
20
21
Owner, and nothing contained in the Contract Documents shall create
21
22-
any contractural relationship between the Engineer and any
22
23
Contractor or any Subcontractor.
23
24
24
25
C. General Conditions "5. Interpretation of Phrases," add the
25
26
following paragraphs at the end of the second paragraph.
26
27
27
r
28
1. "Whenever the words 'inspect,' 'inspects,' 'inspected,'
28
29
'inspection,' 'inspections,' 'review,' 'examination' or
29
30
'supervises' are used in the Contract Documents, they shall be
30
r31
interpreted to mean 'to become generally familiar with the
31
32
progress and quality of the work to determine if the work is
32
33
proceeding in general accordance with the Contract Documents
33
34
based on what is plainly visible at the construction site,
34
f
35
without the removal of materials or other construction that is
35
36
in place.' None of these words shall mean that Owner's
36
37
Representative is required or expected -to make exhaustive or
37
38
continuous on-site inspections to check the quality of the work.
38
39
On the basis of the on- site inspections, Owner's Representative
39
r.,
40
will endeavor to keep the Owner informed of the progress and
40
41
-quality of the work, and shall endeavor to guard the Owner
41
42
against defects and deficiencies in the Work."
42
43
�..
43
44
2. "Whenever the word 'supervisor' or 'inspector, is used in the
44
45
Contract Documents, it shall be interpreted to mean 'one who
45
46
inspects.'"
46
47
47
48
D. General Conditions "16. Insurances" modify as follows:
48
49
49
S0
1. Delete the second paragraph, "The insurance certificates
50
51
furnished . shall be subcontracted." and replace it with
furnished shall name
51
52
52
the following: "The insurance certificates
53
the City and HDR Engineering, Inc. as additional insureds, and
53
City of Lubbock, Municipal Water Treatment - Contract 7
r
00805-2
O1
shall further state that all subcontractors are named as
01
02
additional insureds or in the alternative, shall be accompanied
02
03
by a statement from the Contractor to the effect that no work on
03
04
this particular project shall be subcontracted."
04
05
06
E. General Conditions "26. Right of Owner to Modify Methods
05
06
07
and Equipment," modify as follows:
07
08
08
09
1. Delete the first paragraph of this section.
09
10
10
11
F. General Conditions "27. Protection Against Accident to Employees
11
12
and the Public," modify as follows:
12
13
13
14
1. Delete the fourth sentence of the first paragraph,.i.e., "The
14
15
Contractor, his sureties . including attorney's fees."
15
16
and replace it with the following: "The Contractor, his
16
17
sureties and insurance carriers shall defend, indemnify and save
17
18
harmless the Owner and all of its officers, agents, including
18
19
Engineer, and employees from all suits, actions, or claims of
19
20
any character whatsoever, brought for or on account of any
20
21
injuries or damages received or sustained by any person or
21
22
persons or property, on account of any negligent act or fault of
22
23
the Contractor or any subcontractor, their agents or employees,
23
24
in the execution and supervision of said contract, and project
24
25
which is the subject matter of this contract, on account of the
25
26
failure of the Contractor or any subcontractor to provide
26
27
necessary barricades, warning lights, or signs and will be
27
28
required to pay any.judgment with costs which may be obtained
28
29
against the Owner or any of its officers, agents, including
29
30
Engineer, or employees including attorney's fees."
30
31
31
32
G. General Conditions "28. Contractor's Insurance" modify as follows:
32
33
33
34
1. Add the following paragraph after the first paragraph: "All
34
35
insurance, as hereafter specified, shall include a waiver of
35
36
subrogation against the Owner, the Owner's agents, and the
36
37
Owner's Engineer."
37
38
38
39'
2. In addition to the City, the Engineer is to be named as an
39
40
additional insured on the Comprehensive General Liability
40
41
Insurance, the Owner's Protective or Contingent Public Liability
41
42
and Property Damage Liability Insurance, the Comprehensive
42
43
Automobile Liability Insurance and the Excess or Umbrella
43
44
Liability insurance policies, and a copy of the endorsement
44
45
doing the foregoing is to be attached to the Certificates of
45
46
Insurance for such policies.
46
47
47
48
3. The Engineer is to be named as an additional insured on the
48
49
Builder's Risk Insurance Policy, as its interests may appear.
49
50
50
51
H. General Conditions 1139. Protection of Adjoining Property," modify
51
52
as follows:
52
53
53
City of Lubbock, Municipal Water Treatment - Contract 7
00805-3
i
01
1. Delete the last sentence of the paragraph, i.e., "The Contractor
01
02
agrees to . . out of the existence or character of the
02
03
work." and replace it with the following: "The Contractor
03
04
agrees to indemnify, save and hold harmless the Owner and the
04
05
Engineer against any claim or claims for damages due to any
OS
06
adjacent or adjoining property arising or growing out of the
06
r'
a
07
performance of this contract, but such indemnity shall not apply
07
08
to any claim of any kind arising out of the existence or
08
09
character of the work."
09
10
modify as follows:
10
11
it
I. General Conditions "52. Special Conditions,"
12
12
13
1. Delete the paragraph and replace it with the following: "In the
13
�"'
t
14
event any special or supplementary general conditions that are a
14
15
part of the contract documents conflict with any of the general
15
16
conditions contained in this contract, then in such event the
16
17
special or supplementary general conditions shall control."
17
7
18
18
19
J. General Conditions 056. Construction Procedures and Safety," add
19
20
the following paragraph:
20
21
21
22
1. "Owner's Representative and the Engineer shall not specify
22
23
construction or service- related procedures and shall not
23
24
manage, control or have charge of construction, nor shall
24
25
Owner's Representative or Engineer implement or be responsible
25
26
for health or safety procedures. Owner's Representative and
26
27
Engineer shall not be responsible for the acts or omissions of
27
28
Contractor or other parties on the project and shall not be
28
29
responsible for construction means, methods, techniques,
29
30
sequences, or procedures, nor for precautions or programs. All
30
31
of these matters shall be the responsibility of the Contractor.
31
32
Owner's Representative's and Engineer's monitoring or review of
32
33
portions of the work performed under any construction contracts
33
�•.
34
shall not relieve the Contractor from its responsibility for
34
35
performing the work in accordance with the applicable contract
35
36
documents." Contractor shall defend, indemnify and hold harmless
36
37
Owner, Engineer, their officials, officers, directors,
37
38
consultants, agents and employees from and against all claims,
38
39
damages, whether direct, indirect or consequential, losses and
39
ro
40
expenses (including but not limited to attorney's fees and court
40
41
costs) connected with any illness, injury or loss to the person
41
42
or property of Contractor, its subcontractors, suppliers, their
42
43
employees and agents, or any other person, arising out of or
43
44
resulting from Contractor's responsibilities under this
44
45
paragraph; the foregoing shall apply notwithstanding the
45
46
negligence of any person or entity indemnified hereunder.
46
47
47
48
Not withstanding the above, the Contractor will not be required
48
49
to indemnify the Owner's Representative or the Engineer to
49
50
causes arising out of the Engineer's negligent acts, errors, or
50
51
omissions.
51
52
52
53
K. General Conditions 1157. Benefit of Engineer's Performance," add the
53
City of Lubbock, Municipal Water Treatment - Contract 7
t
00805-4
01 following paragraph:.
02
03. 1. "The Engineer's performance under the contract documents is
04 intended to be for the.sole and exclusive benefit of Owner."
05
06 L. General Conditions "58. Contractor shall furnish evidence to the
07 Canadian River Municipal Water Authority that, with respect to
08 all operations affecting the Aqueduct, that the Contractor
09 carries regular contractor liability insurance and, in addition,
10 a protective liability policy on behalf of the Water Authority
11 -,which will pay for all costs and expenses incurred from damages
12 to the aqueduct facility and related claims, with a minimum
13 liability limit of $250,000. A Certificate of Insurance
14 shall be furnished to the.CRMWA by the Contractor prior to
15 proceeding with any work affecting the Aqueduct.
16
17
18 EXHIBIT.A
19
20 ENGINEER'S STATUS DURING CONSTRUCTION
21.
22
23 A.1. The duties and responsibilites and the limitations of authority
24 of Engineer during construction are set forth in the Contract
25- Documents and shall not be extended without written consent of
26 Owner and Engineer.
27
28 A.2. Engineer will make visits to the site at intervals,appropriate
29 to the various stages of construction as Engineer deems
30 necessary in order to observe as an experienced and qualified
31 -design professional the progress that has been made and the
32 quality of the various aspects of Contractor's executed.Work.
33 Based on information obtained during such visits and
34 observations, Engineer will endeavor for the benefit of Owner tc
35: determine, in general, if the Work is proceeding in accordance
36 with the Contract Documents. Engineer will not be required to
37 make exhaustive or continuous on-site inspections to check the
38 quality or quantity of the Work. Engineer's efforts will be
39 directed toward providing for Owner a greater degree of
40 confidence that the completed Work will conform generally to the
41 Contract Documents. On the basis of such visits and on-site
42 observations are 'subject to all the limitations on Engineer's
43 authority and responsibility set forth in paragraph A.7 and
44 particulary, but without limitation, during or as a result of
45 Engineers on-site visits or observations of Contractor's Work
46 Engineer will not supervise, direct, control or have authority
47 over or be responsible for Contractor's means, methods,
48 techniques, secquences or procedures of construction, or the
49 safety precautions and programs incident thereto, or for any
50 failure of Contractor to comply with Laws and Regulations
51 applicable to the furnishing or performance of the Work.
52
53 A.3. The Owner will furnish a Resident Project Representative to
City of Lubbock, Municipal Water Treatment - Contract 7
01
02
03
04
05.
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
00805-5
01
assist Engineer"in providing more continuous observation of the
01
02
Work. The responsibilities and authority and limitations
02
r
03
thereon of any such Resident Project Representative and
03
04
assistants will be as provided in paragraph A.7.
04
}
05
05
06
A.4. Engineer will issue with reasonable promptness such written
06
�••
07
clarifications or interpretations of the requirements of the
07
08
Contract Documents (in the form of Drawings or otherwise) as
08
09
Engineer may determine necessary, which shall be consistent with
09
10
the intent of and reasonably inferable from Contract Documents.
interpretations will be binding
10
11
it
Such written clarifications and
12
on Owner and Contractor. If Owner or Contractor believes that a
12
13
written clarification or interpretation justifies an adjustment
13
14
in the Contract Price or the Contract Times and the parties are
14
15
unable to agree to the amount or extent thereof, if any, Owner
15
16
or Contractor may make a written claim thereof as provided in
16
�,..
17
paragraph 24 of the General Conditions.
17
F
18
18
19
A.S. Engineer may authorize minor variations in the Work from the
19
r
20
requirements of the Contract Documents which do not involve an
20
21
adjustment in the'Contract Price or the Contract Times and are
21
22
compatible with the design concept of the completed Project as a
22
23
functioning whole as indicated by the Contract Documents. These
23
�.,
24
may be accomplished by a Field Order and will be binding on
24
25
Owner and also on Contractor who shall perform the Work involved
25
26
promptly. If Owner or Contractor believes that a Field Order
26
27
justifies an adjustment in the Contract Price or the Contract
27
4
28
Times and the parties are unable to agree as to the amount or
28
29
extent thereof, Owner or Contractor may make a written claim
29
30
therefor as provided in paragraph 24 of the General Conditions.
30
31
31
32
A.6. Engineer will have authority to disapprove or reject Work which
32
33
Engineer believes to be defective, or that Engineer believes
33
j
34
will not produce a completed Project that conforms to .the
34
35
Contract Documents or that will prejudice the integrity of the
35
36
design concept of the completed Project as a functioning whole
36
37
as indicated by the Contract Documents. Engineer will also have
37
I
38
authority to require special inspection or testing of the Work
38
39
as provided in paragraph 21, of the General Conditions whether
39
40
or not the Work is fabricated, installed or completed.
40
41
41
42
A.7. Limitations on Engineer's Authority and Responsibilities:
42
43
43
44
1. Neither Engineer's authority or responsibility under this
44
¢
45
paragraph or under any other provision of the Contract Documents
45
46
nor any decision made by Engineer in good faith either to
46
�^
47
exercise or not exercise or performance of any authority or
47
48
responsibility by Engineer shall create, impose or give rise to
48
49
any duty owed by Engineer to Contractor, any Subcontractor, any
49
50
Supplier, any other person or organization, or to any surety for
50
j
51
or employee or agent of any of them.
51
52
4
52
53
2. Engineer will not supervise, direct, control or have authority
53
r
City of Lubbock, Municipal WaterTreatment - Contract 7
r
1
City of Lubbock, Municipal Water. Treatment - Contract 7
00805-6
O1
over or be -responsible for Contractor's means, methods,
01
02
techniques, sequences or procedures of construction, or the
02
03
safety precautions and programs incident thereto, or for any
03 "-
04
failure of Contractor to comply with Laws and Regulations
04
05
applicable to the furnishing or performance of the Work.
05
06
Engineer will not be reponsible for Contractor's failure to
06
07
perform or furnish the Work in accordance with the Contract
07
08
Documents.
08
09
10
3. Engineer will not be responsible for the acts or omissions of
09.
10
11
Contractor or of any Subcontractor, any Supplier,'or of any
11
12
other person or organization performing or furnishing any of the
12
13
Work.
13
14
15
4. Engineer's review of the final Application for Payment and
14
15
16,
- accompanying documentation and all maintenance and operating
16
17
instructions, schedules, guarantees, bonds and certificates of
17
18
inspection, tests and approvals and other documentation required
18
19
to be delivered will only be to determine generally that their
19
20
content complies with the requirements of, and in the case of
20
21
certificates of inspections, tests and approvals that the
21
22
results certified indicate compliance with, the Contract
22
23
Documents.
23
24
24
25
S. The limitations upon authority and responsibility set forth in
25
26
this paragraph shall also apply to Engineer's Consultants,
26
27
Resident Project Representative and assistants.
27
28
28
29
END OF SECTION
29
City of Lubbock, Municipal Water. Treatment - Contract 7
DIVISION 1
GENERAL REQUIREMENTS
(THIS PAGE LEFT BLANK INTENTIONALLY)
t
01010-1
4�
01
96A10
SECTION O1010
01
02
02
03
SUMMARY OF WORK
03
04
04
05
PART 1
- GENERAL
05
r
06
06
07
07
1.01
WORK COVERED BY CONTRACT DOCUMENTS
08
08
09
A.
The Work of this Contract consists of, but is not limited to,
09
10
filter underdrain and media replacement, rehabilitation of
line
10
li
11
circular sludge collection equipment, and sample
12
installations.
12
13
13
14
B.
Furnish all materials, equipment, supplies, appurtenances; provide
14
15
all construction plant equipment and tools; and perform all
15
�..
16
necessary labor and supervision.
16
17
17
18
C.
Coordinate the progress of the Work including coordination between
18
19
trades, subcontractors, suppliers, public utilities and Owner to
19
20
ensure the progress of Work.
20
21
21
22
D.
it is the intent of this contract that Work proceed in the most
22
r+
23
expeditious manner possible.
23
24
24
l
25
1.02
CONTRACTS
25
26
26
27
A.
Construct the Work under a single fixed price contract.
27
28
28
29
1.03
WORK SEQUENCE
29
30
30
31
A.
Construct Work shall allow for Owner's continuous occupancy and for
31
32
uninterrupted treatment of water during construction. Coordinate
32
33
construction schedule and operations with the Owner.
33
7
34
34
35
B.
Work to be performed:
35
36
1. Contractor to coordinate and schedule Filter modification
36
37
work such that no more than two filters are out of
37
38
service during the months of April through September.
38
39
2. Sedimentation basin circular sludge collection equipment
39
40
rehabilitation shall be scheduled such that no more
40
41
than one basin is out of service during the months of
41
42
April through September.
42
43
C.
Sequences other than those specified will be considered by Engineer,
43
44
provided they afford equivalent continuity of operations.
least 24 HRS in advance of
44
45
45
Notification must be given to Owner at
46
any equipment out of service for work included in this contract.
46
47
47
48
D.
Power outages of up to 4 HRS duration will be permitted.
48
49
1. Schedule each outage with Engineer and Owner.
49
50
51
1.04.
CONTRACTOR'S USE OF PREMISES
50
51
52
52
53
A.
Contractor shall limit his use of the premises for Work and storage,
53
f:
City of Lubbock, Municipal Water Treatment - Contract 7
r
City of Lubbock, Municipal Water Treatment - Contract 7
01010-2
01
to allow for Owner occupancy. Contractor shall be responsible for
01
02
keeping work areas clean of debris and waste.
02
03
03
04
B.
Coordinate use of premises under direction of Engineer.
04
05
05
06
C.
Assume full responsibility for the protection and safekeeping of
06
07
products furnished under this Contract, stored on or off the site.
07
08
08
09
D.
Move any stored products under Contractor's control, which interfere
09
10
with operations of the Owner.
10
11
11
12
E.
Obtain and pay for the use of additional storage or work areas
12
13
needed for operations.
13
14
14
15
1.05
EASEMENTS AND RIGHTS-OF-WAY
15
16
16
17
A.
Owner will provide any necessary easements and rights -of -ways.
17
18
18
19
B.
Confine construction operations to the immediate vicinity of the
19
20
location indicated on drawings and use due care in placing
20
21
construction tools, equipment, excavated materials, and pipeline
21
22
materials and supplies, so as to cause the least possible damage to
22
23
property and interference with traffic.
23
24
24
25
1.06
FENCES
25
26
26
27
A.
Maintain all fences affected by the Work until completion of the
27
28
Work.
28
29
29
30
1.07
PROTECTION OF PUBLIC AND PRIVATE PROPERTY
30
31
31
32
A.
Protect, share, brace, support, and maintain underground pipes,
32
33
conduits, drains, and other underground construction uncovered or
33
34
otherwise affected by construction operations.
34
35
35
36
B.
Restore to their original condition, pavement, surfacing, drive-
36
37
ways, curbs, walks, buildings, utility poles, guy wires, fences, and
37
38
other surface structures affected by construction operations,
38
39
together with sod and shrubs in yards and parkings, whether within
39
40
or outside the easement.
40
41
41
42
C.
Use new materials for replacements.
42
43
43
44
D.
Do not remove trees outside the permanent easement, except as
44
45
authorized.
45
46
46
47
E.
Contractor shall be responsible for all damage to streets, roads,
47
48
highways, shoulders, ditches, embankments, culverts, bridges, and
48
49
other public or private property, regardless of location or
49
50
character, which may be caused by transporting equipment, materials,
50
51
or men to or from the Work or any part or site thereof, whether by
51
52
him or his subcontractors.
52_
53
53
City of Lubbock, Municipal Water Treatment - Contract 7
01010-3
i
01
F.
Make satisfactory and acceptable arrangements with the owner of, or
01
02
the agency or authority having jurisdiction over, any damaged
02
03
property concerning its repair or replacement or payment of costs
03
04
incurred in connection with the damage.
04
05
05
r
06
G.
Keep fire hydrants and water control valves free from obstruction
06
C
07
and available for use at all times.
07
08
08
09
1.08
MAINTENANCE OF TRAFFIC
09
r
10
10
11
A.
Conduct Work to interfere as little as possible with public travel,
11
12
whether vehicular or pedestrian:
12
13
1. Whenever it is necessary to cross, close, or obstruct roads,
13
t,
14
driveways and walks, whether public or private, provide and
14
15
maintain suitable and safe bridges, detours, or other temporary
15
,.,
16
expedients for accommodation of public and private travel.
16
17
17
18
1.09
OWNER OCCUPANCY
18
19
19
20
A.
Owner will occupy the premises during the entire period of
20
21
construction for the conduct of his normal operations. Cooperate
21
22
with Owner in all construction operations to minimize -conflict, and
22
23
to facilitate Owner usage.
23
24
24
25
1.10
PARTIAL OWNER OCCUPANCY
25
26
26
27
A.
The Contractor shall schedule his operations for completion of
27
28
portions of the Work, as designated under Sequence of Work, for the
28
29
Owner's occupancy prior to Substantial Completion of the entire
29
30
work.
30
31
31
32
B.
Owner will occupy facilities for the purpose of conducting his
32
33
34
normal operations.
33
34
35
1.11
SUBSTANTIAL COMPLETION
35
36
36
r
37
A.
'For the purposes of establishing when the project is substantially
37
38
complete and suitable for its intended purpose, the following
38
39
functional components shall be completed.
39
40
40
.
41
B.
Functional components which shall be operational include:
41
42
1. Completion of filter underdrain and media replacement.
42
43
2. Installation of sample lines.
43
44
3. Sludge collection equipment rehabilitation.
44
45
45
46
1.12
LINES AND GRADES
46
47
47
48
A.
Construct all Work to the lines, grades and elevations indicated on
48
'
49
the drawings:
49
�,..
50
1. Remove and reconstruct improperly located Work.
50
51
51
i
52
B.
Engineer has established 2 basic horizontal and vertical controls
52
53
points:
53
City of Lubbock, Municipal Water Treatment - Contract 7
r
01010-4,
O1
1. The horizontal and vertical control established or designated by
01
02
Engineer will consist of:
02
03
a. Two horizontal points or one horizontal point and a bearing.
03
04
b. One vertical point.
04
05
.2. Use these points as datum for the Work.
05
06
3. Provide, without charge,.such competent men and tool, stakes,.
06
07
and other materials as Engineer may require in establishing or
07
08
designating control points, in establishing construction
08
09
easement boundaries; or in checking layout, survey, and
09
10
measurement work performed by Contractor.
10
11
11
12
C. Provide all additional survey, layout and measurement work required:
12
13
1. Work performed by a qualified professional engineer or
13
14
registered land surveyor acceptable to Engineer.
14
15
2. Locate and protect control points prior to starting site work,
15
16
and preserve all permanent reference points during construction:
16
17
a. Make no changes or relocations without prior written notice
17
18
to Engineer.
18
19
b. Report to Engineer when any reference point is lost or
19
20
destroyed, or requires relocation because of necessary
20
21
changes in grades or locations.
21
22
c. Require surveyor to replace Project control points which may
22
23
be lost or destroyed;
23,
24
1) Establish replacements based on original survey control.
24
25
3. Establish lines and levels, locate and lay out, by
25
26
instrumentation and similar appropriate mean:
26
27
a. Site improvements:
27
28
1) Stakes for grading, fill and topsoil placement.
28
29
2) Utility slopes and invert elevations.
29
30
b. Batter boards for structures.
30
31
c. Building foundation, column locations and floor levels.
31
32
d. :Controlling lines -and levels required for the mechanical and
32
33
electrical trades.
33
34
4. From time to time, verify layouts by the same methods.
34
35"
5. Maintain a complete, accurate log of all control and survey work
35
36
as it progresses.
36
37
6., On request of Engineer, submit documentation to verify accuracy
37
38
of field engineering work.
38:
39
39
40
1.13 REGULATORY REQUIREMENTS
40
41
41
42
A. Comply.with all federal, state and local laws, regulations, codes,
42
43
and ordinances applicable to the Work.
43
44
44
45
B. References in the Contract Documents to local codes shall mean the
45
46
City of Lubbock, Texas.
46
47
47
48
C. Other standards and codes which apply to the Work are designated in
48
49
the Specifications.
49
50
50
51
1.14 CUTTING AND PATCHING
51
52
52
53
A. Contractor shall be responsible for all cutting, fitting and
53
City of Lubbock, Municipal Water Treatment.- Contract 7
s
City of Lubbock, Municipal Water Treatment - Contract 7
01010-5
01
patching, including attendant excavation and backfill, required to
01
02
complete the Work or to:
02
03
1. Make its several parts fit together properly.
03
04
2. Uncover portions of the Work to provide for installation of
04
05
ill-timed work..
05
r
06
3. Remove and replace defective work.
06
07
07
4. Remove and replace work not conforming to requirements of
08
Contract Documents.
08
09
5. Remove samples of installed work as specified for testing.
09
10
10
li
B. Provide products as specified or as required to complete cutting and
11
12
patching operations.
12
13
13
14
14
C. Inspection:
15
1. Inspect existing conditions of the Project, including elements
15
16
subject to damage or to movement during cutting and patching.
16
17
2. After uncovering work, inspect the conditions affecting the
17
18
installation of products, or performance of the work.
18
19
3. Report unsatisfactory or questionable conditions to the Engineer
19
20
in writing; do not proceed with the work until the Engineer has
20
21
provided further instructions.
21
22
22
23
D. Preparation:
23
24
1. Provide adequate temporary support as necessary to assure the
24
25
structural value or integrity of the affected portion of the
25
26
Work.
26
27
2. Provide devices and methods to protect other portions of the
27
�
G„
28
Project from damage.
28
29
3. Provide protection from the elements for that portion of the
29
!^
30
Project which may be exposed by cutting and patching work, and
30
31
maintain excavations free from water.
31
32
4. Execute fitting and adjustment of products to provide a finished
32
33
installation to comply with specified products, functions,
33
34
tolerances and finishes.
34
35
35
S. Restore work which has been cut or removed; install new products
36
to provide completed Work in accord with requirements of
36
37
Contract Documents.
37
C
38
6. Fit work airtight to pipes, sleeves, ducts, conduit and other
38
39
penetrations through surfaces.
39
40
40
41
END OF SECTION
41
s
City of Lubbock, Municipal Water Treatment - Contract 7
(THIS PAGE LEFT BLANK INTENTIONALLY)
01
02
w 03
04
05
06
07
1 08
09
10
11
12
13
14
15
16
17
18
19
lo` 20
21
22
23
24
25
26
27
28
29
r"
30
31
32
�..
33
f 34
35
36
OM' 37
38
39
40
! 41
42
Oft 43
44
45
46
47
48
49
so
51
f` 52
53
r
96A10
PART 1 - GENERAL
SECTION 01060
SPECIAL CONDITIONS
01060-1
1.01 PRECONSTRUCTION CONFERENCE
A. A preconstruction conference shall be held at City of Lubbock, 6001
N. Guava Drive, Lubbock, TX 79401 after award of Contract.
Engineer will notify the Contractor as to the date and time of the
conference 2 weeks in advance of the proposed date. Owner's
Resident Field Representative, Engineer, Contractor's Project
Manager and Project Superintendent, and Contractor's Major
Subcontractor Representatives shall attend.
B. Suggested Agenda:
1. Distribution and discussion of:
a. List of major subcontractors and suppliers.
b. Projected construction schedules.
2. Critical work sequencing.
3. Major equipment deliveries and priorities.
4. Project coordination:
a. Designation of responsible personnel.
5. Procedures and processing of:
a. Field decisions.
b. Proposal requests.
c. Submittals.
d. Change Orders.
e. Applications for Payment.
6. Adequacy of distribution of Contract Documents.
7. Procedures for maintaining record documents.
S. Use of premises:
a. Office, work, and storage areas.
b. Owner's requirements.
9. Construction facilities, controls, and construction aids.
10. Temporary utilities.
11. Safety and first-aid procedures.
12. Security procedures.
13. Housekeeping procedures.
1.02 PROJECT SIGNS
A. Furnish and install one:
1. Contractor's standard sign approved by Owner.
B. Install in location approved by Owner.
1.03 FIELD OFFICES
A. General:
1. Establish a field office located at site of Project with
City of Lubbock, Municipal Water Treatment Contract 7
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
City of Lubbock, Municipal Water Treatment — Contract 7
01060-2
O1
telephone, telecopy, mailing address, and sanitary facilities.
01
02.
2. Assure attendance at this office during the normal working day.
02
03
Designate as the office of Contractors Superintendent.
03
04
3. At this office, maintain complete field file of shop drawings,
04
05
posted Contract Drawings and Specification, and other files of
05
06
field operations including provisions for maintaining "As
06
07
Recorded Drawings."
07
08
09
B. Remove Contractor's field offices from site upon acceptance of the
08
09
10
entire work by the Owner.
10
11
12
1.04 SITE MAINTENANCE AND TEMPORARY PAINTING
11
12
13
14
A. Paint and maintain in good repair temporary'structures, fences,
13
14
15
barricades and related items.
15
16
17
B. Keep site clean of debris, rabble and paper. Store and stockpile
16
17
18
materials in an orderly manner and protect against damage.
18
19
19
20
C. Maintain conditions of access road to site such that access is not
20
21
hindered as the result of construction related deterioration.
21
22
22
23
1.05 DRAWINGS AND CONTRACT DOCUMENTS FOR_CONTRACTOR USE
23
24
24
25
A. Refer to General Conditions.
25
26
26
27
B. Contractor shall pick up all "no -charge" documents within 10 days
27
28
from date of Notice to Proceed.
28
29
29
30
C. Additional documents after "no -charge" documents will be furnished
30
31
to Contractor at cost.
31
32
33
1.06 PROJECT VIDEO _
32
33
34
34
35
A. Provide a professional photographer to videotape:
35
36
1. Operation and maintenance sessions.
36
37
37
38
B. Video Required:
38
39
1. Operations and maintenance instruction sessions:
39
40
a. Coordinate schedule to videotape all instructional sessions
40
41
as specified in section 01340 and the individual equipment
41
42
specification sections.
42
43
b. Contractor shall pay all license fees and royalties and
43
44
obtain and pay for all permits, agreements or licenses to
44
45
videotape training sessions.
45
46
c. Manufacturers standard training videotapes are acceptable
46
47
as alternative to video taping instruction sessions, subject
47
48
to approval by the Owner.
48
49
d. Identify each instruction session on audio portion:
49
50
1) Session topic or lesson.
50
51
2) Instructors name and affiliation.
51
52
3) Location of session.
52
53
4) Date and time.
53
City of Lubbock, Municipal Water Treatment — Contract 7
r
t ..
01060-3
i
01
e. Tape cover jacket:
02
1) Identify each type with typed or printed title.
03
2) Instructional session.
1.
04
3) Location.
05
4) Date and time.
06
07
C.
Provide individual videotape cassette for each instructional
08
session.
09
10
1.07
TESTING
11
12
A.
Except as set out in other sections of Contract Documents, payment
13
for soil, concrete and other testing is as follows:
14
1. Soils and concrete testing: The Owner will pay for "Passing"
15
soils and "Passing" concrete tests on the Project. Costs of
16
corrective action, costs of "Failing" soils and concrete tests,
17
and cost of testingassociated with establishment of mix design
18
are the sole responsibility of the Contractor.
19
2. Other testing: Unless specifically stated otherwise in
20
individual sections of specifications or drawings, required
}
21
testing, testing procedures, reports, certificates, and costs
22
associated with all phases of securing required satisfactory
23
test information which may be required by individual sections of
€
24
specifications or drawings are the full responsibility of the
1
25
Contractor.
*`
26
27
1.08
ORDER OF CONSTRUCTION
28
29
A.
Construction operations will be scheduled to allow the Owner
r"
30
uninterrupted operation of existing adjacent facilities. Coordinate
31
connections with existing work to ensure timely completion of
'
32
interfaced items.
33
34
B.
At no time shall Contractor or his employees modify operation of the
35
existing facilities or start construction modifications without
36
approval of the Owner except in emergency to prevent or minimize
Id F1%
37
damage.
38
39
1.09
PROJECT MEETINGS
P'
s
40
41
A.
The Engineer shall conduct construction meetings involving:
42
1. Contractor's Project Manager.
43
2. Contractor's Project Superintendent.
�.,
44
3. Owner's designated Representative(s).
45
4. Engineer's designated Representative(s).
46
5. Contractor's subcontractors as appropriate to the work in
47
progress.
48
k'
49
B.
Conduct meetings monthly at the office of the Owner.
50
51
C.
The Engineer shall take meeting minutes and submit copies of meeting
52
minutes to participants and designated recipients identified at the
53
Preconstruction Conference. Corrections, additions or deletions to
r�
City of Lubbock, Municipal Water Treatment - Contract 7
i
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
City of Lubbock, Municipal Water Treatment — Contract 7
01060-4
01
the minutes shall be noted and addressed at the following meeting,
01
02
03
D.
The Engineer shall schedule meetings for most convenient time frame.
02
03
04
05
E.
The Contractor shall have available at each meeting up-to-date
04
05
06
record drawings.
07
06
08
F.
Suggested Agenda:
07
09
1. Review of work progress.
0809
10
2. Field observations, problems, and conflicts.
10
11
3. Problems that impede construction schedules.
11
12
4. Review of off-site fabrication and delivery schedules.
12
13
5. Corrective measures and, procedures to regain projected
13
14
schedules.
15
6. Revisions to construction schedules.
14
15
16
7. Plan progress schedules during succeeding work period.
16
17
.8. Coordination of schedules.
17
18
9. Review submittal schedules; expedite as required.
18
19
10. Maintenance of quality standards..-
19
20
11. Review proposed changes for effect on construction schedules
20
21
and on completion dates.
21
22
12. Other business.
23,
22
24
1.10
SPECIAL CONSIDERATIONS
232
25
4
26
A.
Contractor shall be responsible for negotiations of any waivers or
25
26
27
alternate arrangements required to enable transportation of
27
28
materials to the site.
29
28
30
END OF SECTION
29
30
City of Lubbock, Municipal Water Treatment — Contract 7
01
02
03
04
05 .
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01340-1
01
95F28
SECTION 01340
02
03
SHO P DRAWINGS, PRODUCT DATA & SAMPLES, OPERATION AND
04
MAINTENANCE MANUALS, EQUIPMENT RECORD SHEETS
05
t-
06
07
PART 1
- GENERAL
08
09
1.01
SUMMARY
10
.
11
A.
General:
12
1. Section Addresses:
13
a. Mechanics of Shop Drawing Process.
k..
14
15
B.
Related Sections include but are not necessarily limited to:
16
1. Division 0'- Bidding Requirements, Contract Forms, and
�,.
17
Conditions of the Contract.
i8
2. Division 1 - General Requirements.
19
3. Sections in Divisions 2 through 16 identifying submittal
20
requirements.
21
22
1.02
SUBMITTALS: GENERAL
23
24
A.
Transmit all submittals to:
25
26
HDR Engineering, Inc.
27
12700 Hillcrest Rd., Suite 125
28
Dallas, TX 75230-2096
29
Attn: Mr. Joe W. Ezzell, P.E.
30
31
B.
Utilize two copies of attached Exhibit "A" to transmit all shop
32
drawings and samples.
33
34
C-.
Utilize two copies of attached Exhibit "B" to transmit all Operation
35
and Maintenance Manuals and Equipment Record Sheets (Exhibits "Cl"
36
and "C2") .
37
"
38
D.
All transmittals must be from Contractor and bear his approval
39
stamp. Transmittals will not be received from or returned to
40
41
subcontractors:
1. Shop drawing transmittal stamp shall read "(Contractor's Name)
42
represents that we have determined and verified all field
43
dimensions and measurements, field construction criteria,
44
materials, catalog numbers, and similar data, and that we have
45
checked with the requirements of the Work and the Contract
46
Documents." Transmittals will not be received from or returned
47
to subcontractors.
48
2. Operation and Maintenance Manual transmittal stamp may be
r
49
Contractor's standard approval stamp.
50
51
E.
Provide submittal information defining specific equipment or
52
materials utilized on the project. Generalized product information
53
not clearly defining specific equipment or materials to be provided
;I
k
City of Lubbock, Municipal Water Treatment - Contract 7
01
02
03
04
05 .
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01340-2
01 will be rejected.
02
03 F. Calculations required in individual specification sections will be
04 received for information purposes only and will be returned stamped
05 "E. Engineer's Review Not Required" to acknowledge receipt.
06
07 G. Submittal Schedule:
08 1. Schedule of shop drawings:
09 a. Submitted and approved within 20 days of receipt of Notice
10 to Proceed.
11 2. Shop drawings:
12 a. Submittal and approval prior to 50 percent completion.
13 3. Operation and Maintenance Manuals and Data Record Sheets:
14 a. Initial submittal within 60 days after date shop drawings
15 are approved.
16 b. Full payment will not be made on any equipment or materials
17 until an approved Operation and Maintenance Manual is
18 received.
19
20 H. Retainage will not be reduced below 10 percent until all shop
21 drawings are approved.
22
23 I. Final payment on the project shall not be made until final approved
24 copies of all Operation and Maintenance Manuals including Equipment
25 Record Sheets (with equipment serial numbers) have been received.
26
27 J. All equipment and other devices affecting the CRMWA Aqueduct shall
28 be subject to approval of the CRMWA.
29
30 1.03 SUBMITTALS: SHOP DRAWINGS
31
32 A. Transmittal Mechanics:
33 1. Number transmittals consecutively beginning with 1.
34 2. Assure resubmitted items retain the original number but with an
35 added suffix letter starting with "A."
36 3. Restrict each letter of transmittal to only one Specification
37 Section or portion thereof.
38 4. Provide breakout of each transmittal component,on transmittal
39 form "A." Each component thus defined will receive specific
40 action by the Engineer. Define manufacturer, item, tag number,
41 and Drawing/Specification reference.
42 S. Do not change the scope of any resubmittal from the original
43 transmittal scope. If some components of the original
44 transmittal received "A" or "B" Action and others did not,
45 resubmit the "A" or "B" Action components in subsequent
46 resubmittal packages. Provide a summary sheet containing all
47 components of the original transmittal at the front of each
48 resubmittal. Indicate each component as either A or B,
49 "outstanding," or "submitted for action." Reference items
50 previously receiving "A" or "B" Action to the transmittal in
51 which "A" or "B" Action was received.. "Outstanding" items are
52 defined as items previously not receiving "A" or "B" Action and
53 - not yet resubmitted for re -review. Use this term "Submitted for
City of Lubbock, Municipal Water Treatment - Contract 7
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
r
01
02
{ 03
04
05
r 06
07
08
09
10
11
12
13
14
15
16
17
i
18
19
20
21
22
23
f 24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
1 52
53
t�
CIF
7.
S.
9.
01340-3
action" to indicate items which are included for review in the
transmittal.
For 8-1/2 x 11 IN size sheets, provide four copies of each page
for Engineer plus the number required by the Contractor. The
number of copies required by the Contractor will be defined at
the Preconstruction Conference, but shall not exceed 6.
For items not covered in paragraph 6, submit one reproducible
transparency and one print of each drawing until approval is
obtained. utilize mailing tube; do not fold. The Engineer will
mark and return the reproducible to the Contractor for his
reproduction and distribution.
Provide clear space (3 IN SQ) for Engineer stamping of each
component defined in A.S.
Contractor shall not use red color for marks on transmittals.
Duplicate all marks on all copies transmitted, and ensure marks -
are photocopy reproducible. Outline Contractor marks on
reproducible transparencies with a rectangular box.
B. Transmittal Contents:
1. Coordinate and identify shop drawing contents so that all items
can be easily verified by the Engineer.
2. Identify equipment or material use, tag number, drawing detail
reference, weight, and other project specific information.
3. Provide sufficient information together with technical cuts and
technical data to allow an evaluation to be made to determine
that the item submitted is in compliance with the Contract
Documents.
4. Submit items like equipment brochures, cuts of fixtures, product
data sheets or catalog sheets on 8-1/2 x 11 IN pages. Indicate
exact item or model and all proposed options.
S. Include -legible scale details, sizes, dimensions, performance
characteristics, capacities, test data, anchoring details,
installation instructions, storage and handling instructions,
color charts, layout drawings, parts catalogs, rough -in
diagrams, wiring diagrams, controls, weights and other pertinent
data. Arrange data and performance information in format
similar to that provided in Contract Documents. Provide, at
minimum, the detail provided in the Contract Documents.
6. If proposed equipment or materials deviate from the
Specifications or Drawings in any way, clearly note the
deviation and justify the said deviation in detail in a separate
letter immediately following transmittal sheet. If explanation
is not given, shop drawings will be returned without action.
1.04 SUBMITTALS: SAMPLES
A. Identify sample as to: manufacturer, item, use, type, project
designation, tag number, specification section or drawing detail
reference, color, range, texture, finish and other pertinent data.
B. Include application specific brochures, and installation
instructions.
City of Lubbock, Municipal Water Treatment -.Contract 7
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01340-4.
01 C. Provide Contractor's stamp of approval on samples as indication of
02 his checking and verification of dimensions and coordination with
03 interrelated work.
04
05 D. Resubmit samples of rejected items.
06
07 E. Approved samples submitted or constructed, constitute criteria for
08 judging completed work. Finished work or items not equal to samples
09 will be rejected.
10
11 F. Samples may be retained for comparison purposes. Remove samples
12 when directed. Include in bid all costs of furnishing and removing
13' samples.
14
15 1.05 SUBMITTALS: OPERATION AND MAINTENANCE MANUALS AND EQUIPMENT
16 RECORD SHEETS
17
18 A. Transmittal Mechanics:
19 1. See Paragraph 1.02 C.
20 2. Provide transmittal form for Operation and Maintenance Manual
21 with original number of the approved item plus a suffix "O -M."
22 3. Submit two copies until approval is received.
23 4. Acceptable submittals will be retained with the transmittal form
24 returned with a request for five additional copies.
25 S. Deficient submittals will be -returned along with the transmittal
26- form which will be marked to indicate deficient areas.
27 6. Identify resubmittals with the original number plus a suffix
28 letter starting with "A."
29 7. Submit Operation and Maintenance Manuals printed on 8-1/2 x 11
30 IN size heavy first quality paper with standard three -hole
31 punching and bound in stiff metal hinged binder constructed as a
32 three-ring style. Provide binders with titles on front and on
33 spine of binder. Tab each section of manuals for easy reference
34 with plastic -coated dividers. Provide index:for each manual.
35- Provide plastic sheet lifters prior to first page and following
36 last page.
37 8. Reduce drawings or diagrams bound in manuals to an 8-1/2 x 11 IN
38 or it x 17 IN size. However, where reduction is not practical
39 to ensure readability, fold larger drawings separately and place
40 in vinyl envelopes which are bound into the binder. Identify
41 vinyl envelopes with drawing numbers.
42
43 B. Transmittal Content:
44 1. Submission of Operation and Maintenance Manuals is applicable
45but not necessarily limited to:
46 a. Major equipment.
47 b. Equipment used with electrical motor loads of 1/6 HP
48 nameplate or greater.
49 c. Specialized equipment including valves and instrumentation
50 and control system components for HVAC and process systems
51 such as meters, recorders, and transmitters.
52 d. Valves greater than 12 IN DIA.
53 e. Water control gates.
City of Lubbock, Municipal Water Treatment Contract 7
01
02
03
04
05
06
07
08
09
10
it
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01340-5
i
01
Prepare Pre operation and maintenance manuals which include, but are
2• P P
01
r
02
not necessarily limited to, the following detailed information,
02
03
as applicable:
03
04
a. Equipment function, normal operating characteristics,
04
'
05
limiting operations.
05
06
b. Assembly, disassembly, installation, alignment, adjustment,
06
'
07
and checking instructions.
07
08
c. Operating instructions for start-up, routine and normal
08
09
operation, regulation and control, shutdown, and emergency
09
10
conditions.
10
11
11
d. Lubrication and maintenance instructions.
12
e. Guide to "troubleshooting."
12
13
f. Parts list and predicted life of parts subject to wear.
13
14
g. Warranty, bond and service contract (if applicable),
14
15
including:
15
16
1) Proper procedures in event of breakdown.
16
17
2) Instances that might affect validity of warranties or
17
18
g
18
bonds.
19
h. Outline, cross-section, and assembly drawings; engineering
19
20
data; and electrical diagrams, including elementary
20
21
diagrams, wiring diagrams, connection diagrams, word
21
22
description of wiring diagrams and interconnection diagrams.
22
23
1. Test data and performance curves.
23
24
24
J. A list of recommended spare parts with a price list and a
25
list of spare parts provided under these specifications.
25
26
Where applicable, list parts suppliers other than the unit
26
27
manufacturer.
27
28
28
k. Copies of installation instructions, parts lists or other
29
documents packed with equipment when delivered.
29
30
1. Instrumentation or tag numbers relating the equipment back
30
31
to the Contract Documents.
31
32
M. Include a filled -out copy of the Equipment Record Sheet as
32
33
the first page(s) and the Manufacturer's Field Service
33
34
report as the final page(s) of.each Operation and
34
35
Maintenance Manual. Complete maintenance requirements in
35
36
detail. Simple reference to the Manual is not acceptable.
36
37
n. For equipment items involving components or subunits, an
37
38
Equipment Record Sheet for each operating component or
38
39
subunit is required.
39
40
4 0
41
C. Instruction of Owner's Personnel:
41
42
1. Prior to final inspection or acceptance, fully instruct Owner's
42
43
designated operating and maintenance personnel in the operation,
43
44
adjustment, and maintenance of all products, equipment, and
44
4
45
46
systems.
2. Operating and maintenance manual shall constitute the basis of
45
46
47
instruction:
47
48
a. Review contents of manual with personnel in full detail to
48
49
explain all aspects of operations and maintenance.
49
50
3. Video tape on VHS all instruction sessions and provide tape to
50
Pad
51
Owner following completion of sessions as specified in
51
52
Section 01060.
52
53
4. Additional requirements for specialized instruction of Owner's
53
t
`
City of Lubbock, Municipal Water Treatment - Contract 7
City of Lubbock, Municipal Water Treatment - Contract 7
ME
01340-6
O1
personnel are given in the detailed equipment specifications.
01
02
03
1.06
SUBMITTALS: SHOP DRAWINGS: ENGINEER'S REVIEW ACTION
02
03
04
O5
A.
Items within transmittals will be reviewed for overall design intent
04
05
06,
and will receive one of the following actions:
06
07
08
A - FURNISH AS SUBMITTED
0706
09
B - FURNISH AS NOTED (BY ENGINEER)
10
C - REVISE AND RESUBMIT
09
11
D - REJECTED
10
12
E - ENGINEER'S REVIEW NOT REQUIRED
11
1
2
13
14
B.
Transmittals received will be initially reviewed to ascertain
13
14
15
inclusion of Contractor's approval stamp. Drawings not stamped by
15
16.
the Contractor or stamped with a stamp containing language other
16
17
than that specified in Paragraph 1.02 D will not be reviewed for
17
18
technical content and will be returned without any action.
18
19
20
C.
Transmittals returned with Action "A" or "B" are considered ready
19
20
21
for fabrication and installation. If for any reason a transmittal
21
22
that has an "A" or "B" Action is resubmitted, it must be accompanied
22
23
by a letter defining the changes that have been made and the reason
23
24
for the resubmittal. Destroy or conspicuously mark "SUPERSEDED" all
24
25
documents having previously received "A" or "B" Action that are
25
26
superseded by a resubmittal.
26
27
28
D.
Transmittals with Action "A" or "B" combined with Action "C" (Revise
27
28
29
and Resubmit) or "D" (Rejected) will be individually analyzed giving
29
30
'consideration as follows:
30
31
1. The portion of the transmittal given "C" or "D" will not be
31
32
distributed (unless previously agreed to otherwise at the
32
33
Preconstruction Conference). One copy or the one transparency
33
34
of.the "C" or "D" drawings will be marked up and returned to the
34
35
Contractor. Correct and resubmit items so marked.
35
36
2. Items marked "A" or "B° will be fully distributed.
36
37
3. If a portion of the items or system proposed are acceptable,
37
38
however, the major part of the individual drawings or documents
38
39
are incomplete or require revision, the entire submittal may be
39
40
given "C" or "D" Action. This is at the sole discretion of the
40
41
Engineer. In this case, some drawings may contain relatively
41
42
few or no comments or the statement, 'Resubmit to maintain a
42
43
-
complete package." Distribution to the Owner and field will not
43
44
be made (unless previously agreed to otherwise).
44
45
46
E.
,Failure to include any specific information specified under the
45
46
47
submittal paragraphs of the specifications will result in the
47
48
ransmittal being returned to the Contractor with "C" or "D" Action.
48
49
50
F.
In addition to calculations stamped and returned."E. Engineer's
49
50
51
Review Not Required," other transmittals such as submittals which
51
52
the Engineer considers as "Not Required," submittal information
52
53
which is supplemental to but not essential to prior submitted
53
City of Lubbock, Municipal Water Treatment - Contract 7
ME
O1
02
03
04
05
01340-7
information, or items of information in a transmittal which have
been reviewed and approved in a prior transmittal, will be returned
with Action "E. Engineer's Review Not Required."
END OF SECTION
City of Lubbock, Municipal Water Treatment - Contract 7
O1
02
03
04
05
(THIS PAGE LEFT BLANK INTENTIONALLY)
DIVISION 2
SITE WORK
(THIS PAGE LEFT BLANK INTENTIONALLY)
02072-1
O1
94H14
SECTION 02072
01
02
02
03
DEMOLITION, CUTTING AND PATCHING
03
04
04
05
05
06
06
PART 1
- GENERAL
07
07
08
08
1.01
SUMMARY
09
09
10
10
A.
Section Includes:
11
it
1. Demolition, cutting and patching.
12
12
13
B.
Related Sections include but are not necessarily limited to:
13
14
1. Division 0 - Bidding Requirements, Contract Forms, and
14
15
Conditions of the Contract.
15
16
2. Division 1 - General Requirements.
16
17
3. Section 09905 - Painting and Protective Coatings.
17
18
18
19
19
1.02
QUALITY ASSURANCE
20
20
21
21
A.
Qualifications:
1. Use only firms or individual trades qualified to perform work
22
22
23
required under this Section.
23
24
24
25
1.03
DELIVERY, STORAGE, AND HANDLING
25
26
26
.
27
27
28
A.
General:
1. Salvage items, designated by Owner, salvage as a unit. Clean,
28
29
list, tag for storage. Protect from damage and deliver to
29
30
location designated. Salvage each item with auxiliary or
30
31
associated equipment required for operation.
31
32
32
33
33
1.04
SITE CONDITIONS
34
34
35
A.
Perform preliminary investigations as required to ascertain extent
35
36
of work. Conditions which would be apparent by such investigation
36
37
will not be allowed as cause for claims for extra costs.
37
38
38
39
B.
Contractor shall have full responsibility for any and all damages to
39
40
existing facilities.
40
41
41
42
C.
Take any necessary photographs of existing facilities/construction
42
43
to verify existing conditions.
43
44
44
45
D.
File a report to the Owner listing any existing damage prior to
45
46
commencement of work.
46
47
47
48
48
1.05
SEQUENCING AND SCHEDULING
49
49
50
A.
Coordinate and reschedule work as required to preclude interference
50
51
with other operations and maintain continuous uninterrupted
51
52
operation of the existing facilities.
52
53
53
City of Lubbock,Municipal Water Treatment - Contract 7
02072-2
O1
1.06
PERMITS
0 2
Ol
03
A.
Obtain and pay for all permits required by all authorities having
02
03 `
04
jurisdiction and notify all involved utility companies.
04
05
-
06
B.
Obtain approval of authorities having jurisdiction for any work
05
06
07
which affects access to or exit from such areas. Obtain approval of
07
08
authorities for any temporary construction which affects such areas.
'08
09
10
09 �..
11
PART
2 - PRODUCTS
to1
12
1
13
2.01
ACCEPTABLE MANUFACTURERS
121
14
3
15
A.
Subject to compliance with the Contract Documents, the following
14
15
16
Manufacturers are acceptable:
16
17
1. Nonshrink grout:
18
a. EuCO NIS by Euclid Chemical Co.
17
18
19
b. Masterflow 713 by Master Builders.
19
20
2. Epoxy bonding adhesive:
20
21
a. Euco No.452 MV by Euclid Chemical Co.
21
22
b. Sikadur 32, Hi -Mod by Sika Corporation.
22
23
24
2.02
MATERIALS
2324
25
26
A.
Temporary Partitions:
25.
27
1. Plywood: 1/2 IN minimum CDX grade for interior or exterior use.
26
27
28
2. Paneling: 1/4 IN minimum for interior use.
28
29
30
B.
Nonshrink Grout:
29-
31
1. Nonmetallic, noncorrosive and nonstaining.
30
31
32
2. Premixed with only water to be added in accordance with
32
33
manufacturer's instructions at jobsite.
33.
34
3. Grout to produce a positive but controlled expansion. Mass
34
35
expansion not to be created by gas liberation or by other means.
35
36
4. Minimum compressive strength at 28 days,to be 6500 psi.
36
37,
S. Coat exposed edges of grout with a cure/seal compound
37
38
recommended by grout manufacturer.
38
39
40
C.
Epoxy Bonding Adhesive: _
39
40 --
41
1. Two component, moisture insensitive adhesive manufactured for
41
42
the.purpose.of bonding fresh concrete.to-hardened concrete.
42
43
_
4344
44
-►
45
PART 3
- EXECUTION
45
46
47
3.01 PREPARATION
46
47
48
49
A.
Provide temporary partitions as required in public areas:
48
49
50
1. Construct partitions of braced plywood in exterior areas.
50
51
2. Adequately braced paneling may be used in interior areas.
51
52
52
53
B.
Provide covered passageways where necessary to ensure safe passage
53
City of Lubbock, Municipal Water Treatment:- Contract 7
I
02072-3
i
01
of persons in or near areas of work.
01
02
02
03
C. Provide substantial barricades and safety lights as required.
03
04
04
O5
D. Provide temporary dustproof partitions where indicated or necessary:
05.
061.
Prevent infiltration of dust into occupied areas.
06
07
t
07
08
E. Provide temporary weather protection as necessary.
08
09
09
10
3.02 INSTALLATION
10
11
11
12
A. Cutting and Removal:
12
13
1. Remove existing work indicated to be removed, or as 'necessary
13
14
for installation of new work.
14
19
2. Neatly cut.and remove materials, and prepare all openings to
15
16
receive new work.
16
17
3. Remove masonry or concrete in small sections.
shall include all
17'
18
18
4. Removal and salvage of any item of equipment
19
accessories, piping, wiring, supports,electrical starters and
19
20
devices, fixtures, baseplates and frames.
20
21
S. Existing underground and above -grade piping:
21
22
a. Cut, remove, abandon, disconnect, and/or salvage as
22
...
23
specified.
23
24
b. Remove lines that interfere with new construction and plug
24
25
outside of building line.
25
26
c. Plug open ends of abandoned lines with minimum of 12 IN
26
24
thick concrete.
27
28
6. Pavement removal:
28
29
a. Remove to existing joints, or sawed to limits indicated on
29
30
Drawings or per Engineer's direction in field.
30
31
b. 'Saw cut depth: Sufficient to avoid disturbing remaining
31
32
pavement and provide true butt line between new and existing
32
�.,
33
pavement.
33
(
34
c. Entrances and curb lines: Remove minimum amount of pavement
34
35
to complete transition from new to existing surface
35
36
elevations.
36
37
7. Wherever equipment is demolished or removed, remove associated
37
38
electrical conduit and piping. Cut off and remove related
38
39
piping electrical and plug flush at wall, floor, or ceiling.
39
40
40
41
B. Modification of Existing Concrete:
41
42
1. Where indicated, remove existing concrete and finish remaining
42
43
surfaces:
43
44
a. Protect remaining concrete from damage.
44
45
b. Make openings by sawing through the existing concrete.
45
46
c. Concrete may be broken out after initial saw cuts in the
46
47
event concrete thickness prevents cutting through.
47
48
d. Where sawing is not possible, make openings by drilling
48
�,.
49
holes around perimeter of opening and then chipping out the
49
50
concrete:
50
51
1) Boles shall be sufficient in number to prevent damage to
51
r
92
remaining concrete.
52
53
2. Oversize required openings in existing concrete 1 IN on all
53
t
City of Lubbock, Municipal Water Treatment - Contract 7
02072-4
01
sides and build back to required opening size by means of
01
02
nonshrink grout epoxy bonded to the existing concrete.
02
03
3.
Where oversized openings cannot be made, remove the concrete to
03
04
the required opening size and cut back exposed reinforcing flush
04
05
with concrete.
05
06
07
C. Matching and Patching:
06
07
O8
1.
Walls, ceilings, floors or partitions:
08
09
a. Repair abutting walls, ceilings, floors or partitions
09
10
disturbed by removal.
10
11
b. Match and patch existing construction disturbed during
11
12
installation of new work.
12
13-
2.
Methods and materials:
13
14
a. Similar in appearance, and equal in quality to adjacent
14
15
areas for areas or surfaces being repaired.
15
16
b. Subject to review of Engineer.
16
17
1?
18_
D. Salvaged Items:
18
19
1.
Thoroughly dry and clean all,metal surfaces.
19
20
2.
Prime all bare metal in accordance with Section 09905.
20
21
3.
Clean and lubricate motors and other moving parts.,
21
22
4.
Brace motors attached to flexible mountings until
22
23
reinstallation.
23
24
5.
Dispose of items or materials not designated for Owner's salvage
24
25
or reuse. Promptly remove from site.
25
26
:6.
Do not store or sell Contractor salvaged items, -or materials on
26
27
site.
27
28
28
29
E. Clean Up:
29
30
1.
Transport debris and legally dispose of off site.
30
31
31
32
END OF SECTION
32
City of Lubbock, MunicipalWater Treatment — Contract 7
02221-1
O1
94H14
SECTION 02221
01
02
02
03
TRENCHING, BACKFILLING, AND COMPACTING FOR UTILITIES
03
04
04
05
05
06
06
PART 1
- GENERAL
07
07
08
08
1.01
SUMMARY
09
09
10
A.
Section Includes:
10
11
1. Excavation, trenching, backfilling and compacting for all
11
12
underground utilities.
12
13
2. Water piping (potable, plant, process and sample).
13
14
3. Surface drainage conduits and piping.
14
15
15
16
B.
Related Sections include but are not necessarily limited to:
16
17
1. Division 0 - Bidding Requirements, Contract Forms, and
17
18
Conditions of the Contract.
18
19
2. Division 1 - General Requirements.
19
20
20
21
21
1.02
QUALITY ASSURANCE
22
22
23
A.
Referenced Standards:
23
24
1. American Society for Testing and Materials (ASTM):
24
25
a. C33, Concrete Aggregates.
25
26
b. D698, The Moisture -Density Relations of Soils Using a 5.5 LB
26
27
hammer and a 12 IN Drop. D698 is "Standard Proctor."
27
28
c. D4253, Maximum Index Density of Soils Using a. Vibratory
28
29
Table.
29
30
d. D4254, Minimum Index Density of Soils and Calculation of
30
31
Relative Density.
31
32
32
33
1.03
DEFINITIONS
33
34
34
35
A.
Excavation:
35
36
1. All excavation will be defined as unclassified.
36
37
37
38
1.04
SUBMITTALS
38
39
39
40
A.
See Section 01340.
40
41
41
42
B.
Submit respective pipe or conduit manufacturers data regarding
42
43
methods of installation and general recommendations.
43
44
44
45
C.
Submit sieve analysis reports on all granular materials.
45
46
46
47
1.05
PROJECT CONDITIONS
47
48
48
49
A.
Avoid overloading or surcharge a sufficient distance back from edge
49
50
of excavation to prevent slides or caving. Maintain and trim
50
51
excavated materials in such manner to be as little inconvenience as
51
52
possible to public and adjoining property owners.
52
53
53
City of Lubbock, Municipal Water Treatment - Contract 7
02221-2
01
B.
Provide full access to public and private premises and fire
01
02
hydrants, at street crossings, sidewalks and other points as
02 Y
03
designated by Owner to prevent serious interruption of travel.
03
04
05
C.
Protect and maintain bench marks, monuments or other established
04
05
06
points and reference points and if disturbed or destroyed, replace
06
07
items to full satisfaction of Owner and controlling agency.
07
08
09
D.
Verify location of existing underground utilities.
08
09
10
11
10
12
PART
2 - PRODUCTS
1112
13
14
2.01
MATERIALS
13
15
14
16
A.
Backfill Material:
15
17
1. As approved by Engineer. -
16.
17
18
a. Free of rock cobbles, roots, sod or other -organic matter,
18
19
and frozen material.
19
20
b. Moisture content at time of placement: 3 percent +/- of
20
21
optimum moisture content as specified in accordance with
21
22
ASTM D698.
22
23
24
B.
Embedment Materials:
23 .
24
25
1. As approved by the Engineer.
25
26
2. Granular bedding materials:
26
27
a. ASTM C33, gradation size no. 7 (3/4 IN to No. 8 sieve)
27
28
defined below:
28
29
30
Sieve Size.; 3/4 IN 1/2 IN 3/8 IN N0.4 N0.8
29
30
31
Percent Passing 100 90-100 40-70 0-15 0-5
31
32
by Weight
32 -
33
1) Well graded gravel.
33
34
2) Well graded crushed gravel.
34
35
3) Well graded crushed stone.
35
36
37
36
38
PART 3
- EXECUTION
37
38
39
40
3.01
GENERAL
39
40 .--
41
42
A.
Remove and dispose of unsuitable materials as directed by Engineer
41
42
43
to site provided by Contractor.
43
44
44 r.-
45
3.02
EXCAVATION
45
46
46
47
A.
Unclassified Excavation:
47 --
48
1. Remove rock excavation, clay, silt, gravel, hard pan, loose
48
49
shale, and loose stone as directed by Engineer.
49
50
50
51
B.
Excavation for Appurtenances:
51 ...
52
1. 12 IN (minimum) clear distance between outer surface and
52
53
embankment.
53
City of Lubbock, Municipal Water Treatment — Contract 7
02221-3
01
2. See Section 02200 for applicable requirements.
01
02
02
03
C. Trench Excavation:
03
04
1. Excavate trenches by open cut method to depth shown on Drawings
04
05
and necessary to accommodate work.
0S
06
a. Tunnel work for crossing under crosswalks, driveways or
06
07
existing utility lines with permission.
07
08
1) Limit tunnels to 10 FT in length.
08
09
2. Open trench outside buildings, units, and structures:
09
10
a. No more than the distance between two manholes, structures,
10
11
units, or 600 LF, whichever is less.
11
12
b. Field adjust limitations as weather conditions dictate.
12
13
3. Trenching within buildings, units, or structures:
13
14
a. No more than 100 LF at any one time. '
14
15
4. Any trench or portion of trench, which is opened and remains
15
16
idle for seven calendar days, or longer, as determined by the
16
17
Owner, may be directed to be immediately refilled, without"
17
18
completion of work, at no additional cost to Owner. Said trench
18
19
may not be reopened until Owner is satisfied that work
19
20
associated with trench will be prosecuted with dispatch.
20
21
5. Observe following trenching criteria:
21
22
a. Trench size.
22
23
1) Excavate width to accommodate free working space.
23
24
2) Maximum trench width at top of pipe or conduit may not
24
25
exceed outside diameter of utility service by more than
25
26
the following dimensions:
26
27
27
28
OVERALL DIAMETER
28
29
OF UTILITY SERVICE EXCESS DIMENSION
29-
----- - ------
30
30
31
33 IN and less----
IS IN
31
32
more than 33 IN 24 IN
32
33
33
34
3) Cut trench walls vertically from bottom of trench to 1
34
35
FT above top of pipe, conduit, or utility service.
35
36
4) Keep trenches free of water. Include cost of dewatering
36
37
in original proposal.
37
38
38
39
3.03 PREPARATION OF FOUNDATION FOR PIPE LAYING
39
40
40
41
A. Over -Excavation:
41
42
1. Backfill and compact to 90 percent of maximum dry density per
42
43
ASTM D698.
43
44
2. Backfill with granular bedding material as option.
44
45
45
46
46
B. Rock Excavation:
47
1. Excavate minimum of 6 IN below bottom exterior surface of the
47
48
pipe or conduit.
48
49
2. Backfill to grade with suitable earth or granular material.
49
50
3. Form bell holes in trench bottom.
50
51
51
52
C. Subgrade Stabilization:
52
53
1. Stabilize the subgrade when directed by the Owner.
53
City of Lubbock, Municipal Water Treatment - Contract 7
02221-4
01 2. Observe the following requirements when unstable trench bottom
02 materials are encountered.
03 a. Notify Owner when unstable materials are encountered.
04 1) Define by drawing station locations and limits.
05 b. Remove unstable trench bottom caused by Contractor failure
06 to dewater, rainfall, or Contractor operations.
07 1) Replace with suitable granular material with no
08 additional compensation.
09
10 3.04 BACKFILLING METHODS
11
12 A. Do not backfill until tests to be performed on system show system is
13 in full compliance to specified requirements.
14
15. B. Carefully compacted backfill:
16 1. Furnish where indicated on drawings, specified for trench
17 embedment conditions and for compacted backfill conditions up to
18_ 12 IN above top of pipe or conduit.
19 2. Comply with the following:
20 a. Place backfill in lifts not exceeding 8 IN (loose
21 thickness).
22 b. Hand place, shovel slice, and pneumatically tamp all
23 carefully compacted backfill.
24 c. Observe specific manufacturers recommendations regarding
25 backfilling and compaction.
26 d. Compact each lift to specified requirements.
27
28 C. Common Trench Backfill:
29 1. Perform in accordance with the following:
30 a. Place backfill in lift thicknesses capable of being
31 compacted to densities specified.
32 b. Observe specific manufacturers recommendations regarding
33 backfilling and compaction.
34 c. Avoid displacing joints and appurtenances or causing any
35 horizontal.or vertical misalignment,.separation, or
36 distortion.
37
38 D. Water flushing for consolidation is not permitted.
39
40 3.05 COMPACTION
41
42 A. General:
43 1. Place and assure backfill and fill materials to achieve an equal
44 or "higher" degree of compaction than undisturbed materials
45 adjacent to the work.
46 2. In no case shall degree of compaction below "Minimum Compaction"
47 specified be accepted.
48
49 B. Compaction Requirements: Unless noted otherwise on Drawings or more
50 stringently by other sections of these Specifications, comply with
51 following trench compaction criteria:
52 1. Carefully compacted backfill:
53
City of Lubbock, Municipal Water Treatment - Contract 7
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01
02
03 LOCATION
04 --------
05 All applicable
06 areas
07
08
09
10
11
12
13
MINIMUM COMPACTIONS
-------------------
SOIL TYPE DENSITY
--------- -------
Cohesive soils 95 percent of
max dry density
by ASTM D698
Cohesionless soils 75 percent of
max relative
density by ASTM
D4253 and D4254
14 2. Common trench backfill:
15
16 Under pavements Cohesive soils
17 roadways surfaces,
16 within highway
19 right-of-ways
Cohesionless soils 75 percent of
relative density
by ASTM D4253
and D4254
95 percent of
max dry density
by ASTM D698
Cohesive soils 90 percent of
max dry density
by ASTM D698
Cohesionless soils 60 percent of
relative density
by ASTM D4253
and D4254
02221-5
36
20
37
1.
21
38
39
2.
22
40
23
41
3.
24
42
4.
25
Under turfed,
26
lant
plant
"
27
seeded, non -
6.
28
traffic areas
29
48
�."
30
49
7.
31
50
32
51
r,
33
52
x'
34
3.06 FIELD QUALITY CONTROL
35
Cohesive soils 90 percent of
max dry density
by ASTM D698
Cohesionless soils 60 percent of
relative density
by ASTM D4253
and D4254
02221-5
36
A. Testing:
37
1.
Perform in-place moisture -density tests as directed by the
38
39
2.
Owner.
Perform tests through recognized testing laboratory approved by
40
Owner.
41
3.
Costs of "Passing" tests paid by Owner.
42
4.
Perform additional tests as directed until compaction meets or
43
exceeds requirements.
44
5.
Cost associated with "Failing" tests shall be paid by
45
46
6.
Contractor.
Reference to Engineer in this section will imply Soils Engineer
47
when employed by Owner and directed by Engineer to undertake
48
necessary inspections as approvals as necessary.
49
7.
Assure Owner has immediate access for testing of all soils
50
related work.
51
8.
Ensure excavations are safe for testing personnel.
52
53
END OF SECTION
City of Lubbock, Municipal Water Treatment - Contract 7
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
No Text
DIVISION 8
FINISHES
(THIS PAGE LEFT BLANK INTENTIONALLY)
fal
EXHIBIT A
Shop Drawing Transmittal No.
Project Name:
• The Action Designated Above is in Accordance with the Following Legend:
A - Furnish as Submitted
Date Received:
S - Furnish as Noted
Project Owner:
1. Submittal not required.
Checked By:
2. Supplemental Information. Submittal retained for
Contractor.
HDR Engineering, Inc.
Address:
Attn:
Previous Transmittal Date:
Log Page:
HDR No.:
Spec. Section:
tat. Sub.0
ReSub. u
Address:
Attn:
Data Transmitted:
No.
Copies
Description
S. Wrong sequence number.
Manufacturer
Dwg. or Data No.
Action Taken*
7. Wrong spec. section.
I
By
8. Wrong form used.
Owner U
9. See comments.
U
Comments:
Remarks:
• The Action Designated Above is in Accordance with the Following Legend:
A - Furnish as Submitted
D - Rejected
S - Furnish as Noted
E - Engineer's review not required
1. Submittal not required.
C - Revise and Submit
2. Supplemental Information. Submittal retained for
1. Not enough information for review.
informational purposes _..ry.
2. No reproducibles submitted.
3. Information reviewed and approved on prior
3. Copies illegible.
submittal.
4. Not enough copies submitted.
4. See comments.
S. Wrong sequence number.
6. Wrong resubmittal number.
Distribution: Contractor U
7. Wrong spec. section.
I
By
8. Wrong form used.
Owner U
9. See comments.
U
Comments:
Distribution: Contractor U
File U
I
By
Field u
Owner U
I
Date
Other
U
No Text
fal
in B
O&M Manual Transmittal No.
I e[. J V. `1 ,.a.auv. 1—J
Date Transmitted:
Previous Transmittal Date:
No.
Copies
Description of Item
Manufacturer
Dwg. or Data No.
Action Taken'
Remarks:
To: From:
HDR Engineering, Inc.
Date:
• The Action Designated Above is in Accordance with the Following Legend:
A - Acceptable, Provide five additional Copies
B - Furnish as Noted
C - Revise and Resubmit
This Operation and Maintenance Manual Submittal is
deficient in the following area:
1. Equipment record sheets.
2. Functional description.
3. Assembly, disassembly, installation, alignment,
adjustment & checkout instructions.
4. Operating instructions.
Comments:
5. Lubrication & maintenance instructions.
6. Troubleshooting guide.
7. Parts list and ordering instructions.
S. Organization (index and tabbing).
9. Wiring diagrams & schematics specific to installation.
10. Outline, cross section & assembly diagrams.
11. Test data & performance curves.
12. Tag or equipment identification numbers.
13. Other - see comments.
D - Rejected
I
BY Date
Distribution: Contractor U File U Field U Owner U Other u
FORM 111-2030-3 (Versice 1.0 Jun 9M Task 2030 III'n+n'
No Text
7
t
7
EXHIBIT C1
fal
Equipment Record
Paye 1 of 2
Equipment Maintenance Data Summary
Project Name
Paye
of
Equip. Description
Date Installed
Date Started
Equip. Location
Cost
Estimated Life
Project Equip. Tap No.
Shop Dwg. Trans.
No.
Spec. Sec.
Equip. Manuf.
Manuf. Address
Phone
Local Vendor
Vendor Address
Phone
BREAK-IN MAINTENANCE REQUIREMENTS (INITIAL OIL CHANGES, ETC.)
D W M Q
S A Hours
PREVENTIVE MAINTENANCE REQUIREMENTS
D w M Q
S A lHours
RECOMMENDED SPARE PARTS ELECTRICAL NAMEPLATE DATA
Part No.
Part Name Quantity Equip.
Make
Serial No.
ID No.
Model No.
Frame No.
EV.
Amp.
HZ
PH RPM
SF
Duty
Code Ins. Cl.
Des.
Type
Nem& C Amb.
179mp. Rios
Rating
Misc.
MECHANICAL NAMEPLATE DATA
Equip.
Make
Serial No.
ID No.
Model No.
gfCap.
Frame No.
HP
Size
TDH I
Des.
CFM
PSI Assy. No.
Case No.
Misc.
Lubricant information on following page
No Text
IDI
Equipment Record
Pape 2 of 2
Lubrication Summary
Equipment Description Project Equip. Tap No. Pape of
Lubricant Point
Manufacturer Product AGMA# SAE# ISO
1
t -
c 2
w
u 3
3
J 4
5
Lubricant Point
Manufacturer Product AGMA# SAE# ISO
e
> 1
t -
c �
•
c
3
4
J
5
Lubricant Point
Manufacturer Product AGMA# SAE# ISO
j 1
c 2
w
0 3
a
3 4
5
No Text
y 01370-1
01
91F13
SECTION 01370
01
02
02
03
SCHEDULE OF VALUES
03
04
04
05
OS
06
06
PART 1
- GENERAL
07
07
0 8
08
1.01
SUMMARY
09-
09
10
A.
Submit to Engineer a Schedule of Values allocated to the various
10
11
portions of the Work within 10 days after Effective Date of
11
12
Agreement.
12
13
°1
13
14
B.
Upon request of Engineer, support the values with data that will
14
t'
15
substantiate correctness.
15
16
16
17
C.
An unbalanced Schedule of Values providing overpayment of Contractor
17
t;
18
on items of the Work that will be performed early will not be
18
19
accepted.
19
20
20
21
D.
Revise and resubmit the Schedule of Values until acceptable to
21
22
Engineer. No Applications for Payment shall be submitted until
22
23
Schedule of Values is accepted.
23
24
24
25
E.
The Schedule of Values, when accepted by Engineer, shall be used
25
26
only as the basis for the Contractor's Applications for Payment.
26
2 7
27
28
F.
Related Sections include but are not necessarily limited to:
28
29
1. Division 0 - Bidding Requirements, Contract Forms, and
29
30
Conditions of the Contract.
30
e
31
2. Division 1 - General Requirements.
31
32
32
33
1.02
FORM AND CONTENT OF SCHEDULE OF VALUES
33
*'"
�
34
34
35
A.
8-1/2 x 11 IN white.paper.
35
3 6
36
t""
37
B.
Contractor's standard forms and automated printout will be
37
38
considered for approval by Engineer upon Contractor's request.
38
39
39
..
40
C.
Identify schedule with:
40
41
1. Title of Project and location.
41
42
2. Engineer and Project number.
42
43
3. Name and address of Contractor.
43
44
4. Contract designation.
44
45
S. Date of submission.
45
46
46
47
D.
List the installed value of the component parts of the Work in
47
48
sufficient detail to serve as a basis for computing values for
48
49
progress payments during construction.
49
50
50
51
E.
Follow the Table of Contents of this Document as the format for
51
52
listing component items:
52
53
1. Identify each line item with the number and title of the
53
City of Lubbock, Municipal Water Treatment - Contract 7
01370-2
01
respective major section of the Specifications.
01
02
2. List subvalues of major products or operations under the item:
02
03
a. For concrete values, include:
03
04
1) Forming.
04
05`
2) reinforcing steel.
05
06
3) concrete:
06
07
b. For each structure, list concrete values as follows:
07
08
1) Slab on grade.
08
09
2) Footings.
09
10
3) Walls.
10
11
4) Elevated slabs and beams.
11
12
5) Miscellaneous fill concrete.
12
13
13
14
F.
Such items as bond and insurance premiums, temporary construction
14
15
facilities, and job mobilization and demobilization shall be listed
15
16
separately.
16
17
17
18
G.
For the Various Portions of the Work:
18
19
1. Each item shall include a directly proportional amount of the
19
20
Contractor's overhead and profit.
20
21
2. For items on which progress payments will be requested for
21
22
stored materials, break down the value into:
22
23
a. The cost of the materials, delivered and unloaded.
23 —
24
b. The total value of labor for installing the material,
24
25-
including Contractor's overhead and profit.
25
26
3. Submit a subschedule for each separate stage of Work specified
26
27
in Section 01010.
27 _
28
28
29
H.
The sum of all values listed in the schedule shall equal the total
29
30
Contract Price.
30
31
31
32
1.03
SUBSCHEDULE OF UNIT MATERIAL VALUES
32
33
33 .-
34
A.
Submit a subschedule of unit costs and quantities for:
34
35
1. Products on which.progress payments will be requested for stored
35
36
products.
36
37
37
38
B.
The form of submittal shall parallel that of the Schedule of Values,
38
39
with each item identified the same as the line item in the Schedule
39
40
of Values.
40 --
41
41
42
C.
The unit quantity for bulk materials shall include an allowance for
42
43
normal waste.
43
44
44 _
45
D.
The unit value for the materials shall be broken down into:
45
46
1. Cost of the material, delivered and unloaded at the site, with
46
47
taxes paid.
47
48
2. Installation costs, including Contractor's overhead and profit.
48
49
49
50
E.
The installed unit value multiplied by the quantity listed shall
50 _
51
equal the cost of that item in the Schedule of Values.
51
52
52
53
END OF SECTION
53
City of Lubbock, Municipal Water Treatment - Contract 7
01500-1
01
94H14
SECTION 01500
01
02
02
02
03
CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS
03
04
04
05
05
06
06
PART 1
- GENERAL
07
r
07
08
08
1.01
SUMMARY
09
09
10
A.
Section Includes:
l0
11
1. Construction facilities and temporary controls.
it
12
�+*
12
13
B.
Related Sections include but -are not necessarily limited to:
13
14
1. Division 0 - Bidding Requirements, Contract Forms, and
14
15
Conditions of the Contract.
15
16
2. Division 1 - General Requirements.
16
17
17
18
18
1.02
QUALITY ASSURANCE
19
r
19
20
A.
Referenced Standards:
20
21
1. Comply with applicable federal, state, and local laws, codes,
21
22
regulations and ordinances.
22
23
2. Comply with utility company requirements.
23
��..
24
24
25
25
26
26
PART 2 - PRODUCTS
27
27
28
2.01
GENERAL
28
29
29
30
A.
Products shall be new or used and must be serviceable, adequate for
30.
31
the intended purpose, and must not violate the requirements of any
31
32
applicable codes or standards.
3233
33
34
B.
Owner will pay all costs to operate existing plant.
34
35
35
36
36
2.02
TEMPORARY UTILITIES
�.,
37
37
38
38
A.
Power:
39
1. Contractor may use existing receptacle outlets for small power
39
40
tools with 120 V, single-phase, 15 amp, and grounding connection
40
�,..
41
plugs at no charge for power energy:
41
42
42
a. Use of existing receptacle outlets shall be in such a manner
43
to minimize inconvenience to Owner and his employees. The
43
44
contractor shall insure use of receptacles will not overload
44
45
circuits.
45
46
b. Provide any required extension cords.
46
47
c. Extension cords shall be supported or guarded to positively
47
48
prevent any hazard of any kind to Owner's personnel.
48
49
Extension cords not in use shall be removed. Contractor
49
50
shall relocate any extension cords deemed by the Owner as
50
51
hazardous.
51
52
2. Equipment testing:
52
53
a. Owner will pay for energy.
53
City of Lubbock, Municipal Water Treatment - Contract 7
i
01500-2
O1
b. Contractor to pay all costs for temporary wiring, if
01
02
required.
02
03
3.
Arrange for and pay all costs associated with power service to
03
04
the Contractor's field offices and to Contractor's storage
04
05
sheds, and pay all costs for energy used.
05-
06
4.
Where no receptacle outlet is available and for construction
06
07
equipment larger than 15 amps, 120 V, single-phase, arrange for
07
08
and pay all costs associated with temporary power service either
08
09
from the local utility or a portable engine -generator.
09
10
5.
Pay all costs for installation and removal of service, and power.
10
11
used.
it
12
12
13
B. Water:
13
14
1.
Provide all drinking water required by personnel. Pay all
14
15-
costs.
15
16
2.
To extent available, water from existing plant may be used.
16
17
3.
Provide temporary pumping, piping and valves, as necessary.
17
18
18
19
C. Sanitary and Personnel Facilities:
19
20
1.
Provide sanitary facilities:
20
21
a. As required by laws and regulations.
21
22
b. Not less than one facility for every 20 employees of
22
23
Contractor and subcontractors at the site.
23
24
2.
Service, clean and maintain facilities and enclosures.
24
25
3.
Do not permit construction personnel to use Owner's sanitary or
25
26
personnel facilities.
26
27
27
28
D. Telephone
Service:
28
29
1.
Provide telephone service:
29
30
a. In Contractor's field office:
30
31
1)..One direct line instrument with call waiting service.
31
32
2) One facsimile machine•.with direct line.
32
33
3) Other instruments at Contractor's option.
33
34
2.
Pay all costs for installation and removal of telephone and for
34
35
local service.
35
36
3.
Toll charges shall be paid by the party placing the call.
36
37
4.
No incoming calls allowed to Owner's plant telephone system.
37
38'
38
39
E. Temporary Heating and Ventilation: - _
39
40
1.
Provide temporary heating and ventilation as required to
40
41
maintain adequate environmental conditions to facilitate
41
42
progress of the Work, to meet specified minimum conditions for
42
43
the installation of materials, and to protect materials and
43
44
finishes from damage due to temperature or humidity.
44
45
2.
Provide adequate forced ventilation of enclosed.areas to cure
45
46
installed materials, to disperse humidity, and to prevent
46
47
hazardous accumulations of dust, fumes, vapors or gases.
47
48
3.
Portable heaters shall be standard approved units complete with
48
49
controls.
49
50
4.
Pay all costs of installation, maintenance, operation, removal,
50
51
and for fuel consumed.
51
52
52
53
2.03 CONSTRUCTION AIDS
53
City of Lubbock, Municipal Water Treatment - Contract 7
O1
02
03
04
05
06
07
08
09
10
it
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
'
01500-3
Poll
d
i
01
02
A.
Provide construction aids and equipment required by personnel and to
rr
03
facilitate the execution of the work:
41
04
1. Scaffolds.
'
05
2. Staging.
.,
06
3. Ladders.
07
4. Stairs.
08
5. Ramps.
09
6. Runways.
R
10
7. Platforms.
`f
it
8. Railways.
12
9. Hoists.
13
10. Cranes.
14
11. Chutes.
15
12. Other such facilities and equipment.
16
17
B.
Completely remove temporary materials, equipment, and services at
18
completion of the Project.
19
20
C.
Grade the areas of the site affected by temporary installations to
21
required elevations and slopes, clean the area, and restore to
22
original condition or to specified condition.
,.
23
24
D.
Contractor is not to use or ask others to provide use of plant
25
machinery, including carts and forklifts.
26
27
E.
Provide ear protection for personnel as required.
28
29
2.04
BARRIERS
30
{'
31
A.
Fencing:
32
1. The site of the Work is totally fenced.
33
2. Provide any additional fencing required to protect products or
j
34
to ensure public safety and the safety of Owner's employees.
35
The placement of temporary fencing is subject to approval of the
36
Owner.
37
C'
38
39
B.
Barriers:
1. Provide suitable barriers as required for public protection and
�..
40
protection of Owner's employees.
41
42
2.05
ENTRY ROADS
43
44
A.
Contractor may use existing roadways for access to the extent
45
practical and shall provide additional access roads and parking
46
required for the Contractor's personnel or operations:
47
1. Provide access to treatment plant parking area at all times.
48
2. Maintain drainageways.
49
3. Control dust by daily sprinkling of water or other methods
50
acceptable to Engineer.
r51
4. Provide gravel, crushed rock or other stabilization material to
52
permit access by all motor vehicles at all times.
53
5. Maintain road grade and crown to eliminate "potholes," rutting
r
City of Lubbock, Municipal Water Treatment - Contract 7
9
O1
02
03
04
05
06
07
08
09
10
it
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01500-4
01
and other irregularities that restrict access.
01
02
6'.Maintain one traffic 'lane at times when underground construction
02
03
is being conducted. Provide detours, barriers, -and -traffic
03
04
control.
04
05
7. Coordinate all detours and other operations affecting traffic
05
06
and access with Engineer. Provide at least 72 HR notice of any
06
07
operations that will alter access to the treatment plant.
07
08
08
09
09
10
PART
3 - EXECUTION
10
11
11
12
3.01
TEMPORARY UTILITIES
12
13
13
14
A.
Maintain and operate systems to assure continuous service.
14
15
15
16
B.
Modify and extend systems as work progress requires.
16
17
17
18
C.
Completely remove temporary materials and equipment when their use
18
19
is no longer required.
19
20
20
21
D.
Clean and repair damage caused by temporary installations or use of
21
22
temporary facilities.
22
23
23
24
3.02
CONSTRUCTION AIDS
24
25
25
26
A.
Relocate construction aids as required by progress of construction,
26
27
storage or Work requirements, and to accommodate legitimate-
27
28
requirements by Owner.
28
29
29
30
B.
Completely remove temporary materials, equipment and services at
30
31
completion of the Project.
31
32
32
33
C.
Clean and repair damage caused by installation or by use of
33
34
temporary facilities:
34
35
1. Remove foundations and underground installations for
35
36
construction aids.
36
37
2. Grade the areas of the site affected by temporary installations
37
38
to required elevations and slopes, and clean the area.
38
39
_
39
40
3.03
BARRIERS
40
41
41
42
A.
Install facilities of a neat and reasonably uniform appearance,
42
43
structurally adequate for the required purposes.
43
44
44
45
B.
Relocate.barriers as required by progress of construction.
45
46
46
47
C.
Completely remove barriers, including foundations, when construction
47
48
has progressed to the point that they are no'longer needed.
48
49
49
50
D.
Clean and repair damage caused by installation, fill and grade the
50
51
areas of the site to required elevations and slopes, clean the area
51
52
and restore to specified condition or, 'if not specified, to original
52
53
condition.
53
City of Lubbock, Municipal Water Treatment - Contract 7
01500-5
City of Lubbock, Municipal Water Treatment - Contract 7
1
O1
O1
02
3.04
FIELD OFFICE AND STORAGE SHEDS
02
03
03
04
A.
Fill and grade sites for temporary structures to provide surface
04
05
drainage.
05
06
06
07
B.
Construct temporary field offices and storage sheds on proper
07
08
foundations, provide connections for utility services:
08
09
1. Secure portable or mobile buildings when used.
09
10
2. Provide steps and landings at entrance door.
10
11
11
12
C.
Mount thermometer at convenient outside location, not in direct
12
13
sunlight.
13
14
14
15
D.
Remove temporary field offices, contents and services at a time they
15
16
are no longer needed.
16
17
17
18
E.
Remove storage sheds when they are no longer needed.
18
19
19
20
F.
Remove foundations and debris, grade the site to required
20
21
elevations, clean the areas and restore to specified condition or,
21
22
if not specified, to original condition.
22
23
23
24
END OF SECTION
24
City of Lubbock, Municipal Water Treatment - Contract 7
1
(THIS PAGE LEFT BLANK INTENTIONALLY)
1
.i
1 01
02
03
i 04
05
06
07
08
09
17 10
11
12
13
14
15
16
17
18
19
20
G 21
22
,.
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
7 44
45
46
*^ 47
48
49
50
51
52
53
96A10
PART 1 - GENERAL
1.01 SUMMARY
SECTION 01650
STARTUP
01650-1
A. Section Includes:
1. Procedures and actions, required of the Contractor, which are
necessary to achieve and demonstrate Substantial Completion.
2. Requirements for Substantial Completion Submittals. .
1.02 DEFINITIONS
A. Pre -Demonstration Period: The period of time, of unspecified
duration after initial construction and installation activities
during which Contractor, with assistance from manufacturer's
representatives, performs in the following sequence:
1. Equipment startup.
2. Personnel training.
B. Demonstration Period: A period of time, of specified duration,
following the Pre -Demonstration Period, during which the Contractor
initiates process flow through the facility and starts up and
operates the Project components, without exceeding specified
downtime limitations, to prove the functional integrity of the
mechanical, electrical and control interfaces of the respective
equipment and components comprising the facility as evidence of
Substantial Completion.
1.03 SUBMITTALS
A. Submit in the chronological order listed below prior to the
completion of the Pre -Demonstration Period.
1. Master operation and maintenance training schedule:
a. Submit 30 days (minimum) prior to first training session for
Owner's personnel.
b. Schedule to include:
1) Target date and time for Owner witnessing of each system
initial start-up.
2) Target date and time for Operation and Maintenance
training for each system, both field and classroom.
3) Target date for initiation of Demonstration Period.
c. Schedule to be reviewed for approval by Owner.
d. Schedule shall accommodate holidays observed by the Owner.
e. Attend a schedule planning and coordination meeting 60
calendar days prior to first anticipated training session.
1) Provide a status report and schedule -to -complete for
requirements prerequisite to manufacturer's training.
2) Identify initial target dates for individual
manufacturer's training sessions.
City of Lubbock, Municipal Water Treatment Contract 7
O1
02
03
04
05
06
07
08
09
10
it
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01650-2
O1
f. Owner reserves the right to insist on a minimum 7 days'
01
02
notice of rescheduled training session not conducted on
02
03
master schedule target date for any reason.
03
04
g. Schedule to be resubmitted until approved.
04
05
2. Substantial Completion Submittal:
05
06
a. Contractor's Notice of Substantial Completion and Request
06
07
for Inspection.
07
08
b. Approved Operation and Maintenance manuals received by
08
09
Engineer minimum 1 week prior to scheduled training.
09
10
c. Written request for Owner to witness each system
10
11
pre -demonstration startup. Request to be received by Owner
11
12
minimum 1 week before scheduled training of Owner's
12
13
personnel on that system.
13
14
d. Equipment installation and pre -demonstration startup
14
15
certifications.
15
16
e. Letter verifying completion of all pre -demonstration startup
16
17
activities including receipt of all specified items from
17
18
manufacturers or suppliers as final item prior to initiation
18
19
of Demonstration Period.
19
20
20
21
1.04 FACILITY STARTUP
21
22
22
23
A. Contractor to pay all costs associated with Facility Startup.
23
24
24
25
25
26
PART 2 - PRODUCTS - (NOT APPLICABLE TO THIS SECTION)
26
27
27
28
28
29
PART 3 - EXECUTION
29
30
30
31
3.01 GENERAL
31
32
32
33
A. Facility Startup Divided into Two Periods:
33
34
1. Pre -Demonstration Period:
34
35
a. Finishing type construction work to bring Project to a state
35
36
of Substantial Completion.
36
37
b. Equipment Startup.
37
38-
c. Personnel training.
38
39-
2. Demonstration Period:
39
40
a. Demonstration of functional integrity.
40
41
41
42
3.02 PRE -DEMONSTRATION PERIOD
42
43
43
44
A. Equipment Startup:
44
45
1. Requirements for individual items of equipment are included in
45
46
Divisions 2 through 16 of these Specifications.
46
47
2. During Equipment Startup, Contractor will prepare the equipment
47
48
so it will operate properly and safely and be ready to
48
49
demonstrate functional integrity. .
49
50
3. Procedures include but are not necessary limited to the
50
51
following:
51
52
a.` Test or check and correct deficiencies of:
52
53
1) Power, control, and monitoring circuits for continuity
53
City of Lubbock, Municipal Water Treatment - Contract 7,
01650-3
!
01
prior to connection to power source.
01
02
2) Voltage of all circuits.
02
03
3) Phase sequence.
03
t
04
4) Cleanliness of connecting piping systems.
04
05
5) Alignment of connected machinery.
05
06
6) Vacuum and pressure of all closed systems.
06
07
7) Lubrication.
07
I
Og
8) Valve orientation and position status for manual
0
09
operating mode.
09
10
9) Tankage for integrity using clean water.
10
11
10) Pumping equipment using clean water.
it
12
11) Tagging and identification systems.
12
13
12) All equipment: Proper connections, alignment,
13
f^
14
calibration and adjustment.
14
1s
b. Calibrate all safety equipment.
15
16
c. Manually rotate or move moving parts to assure freedom of
16
17
movement.
17
+!
18
d. "Bump" start electric motors to verify proper rotation.
18
19
e. Perform other tests, checks, and activities required to make
19
20
the equipment ready for Demonstration Period.
20
21
f. Documentation:
21
22
1) Prepare a log showing each equipment item subject to
22
23
this paragraph and listing what is to be accomplished
23
24
during Equipment Startup. Provide a place for the
24
25
25
Contractor to record date and person accomplishing
26
required work. Submit completed document before
26
27
requesting inspection for Substantial Completion
27
2g
certification.
28
29
4. Obtain unqualified certifications and deliver to Engineer:
29
30
a. Manufacturer's equipment installation check letters.
30
31
i.
31
32
B. Personnel Training:
32
33
1. See individual equipment specification sections.
33
34
2. Conduct all personnel training after completion of Equipment
34
35
Startup for the equipment for which training is being conducted.
35
36
a. Personnel training on individual equipment or systems will
36
37
not be considered completed unless:
37
6
38
1) All pretraining deliverables are received and approved
38
39
before commencement of training on the individual
39
�..
40
equipment or system.
40
41
2) No system malfunctions occur during training.
41
42
3) All provisions of field and classroom training
42
43
specifications are met.
43
44
b. Training not in compliance with the above will be performed
44
45
again in its entirety by the manufacturer at no additional
45
46
cost to Owner.
46
1!"
47
3. Field and classroom training requirements:
47
48
a. Hold classroom training on-site.
48
49
b. Training instructor: Factory trained and familiar with
49
50
giving both classroom and "hands-on" instructions.
50
51
c. Training instructors shall be at classes on time. Session
51
52
beginning and ending times to be coordinated with the Owner
52
53
and indicated on the master schedule. Normal time lengths
53
r.
City of Lubbock, Municipal Water Treatment — Contract 7
7
O1
02
03
04
05
06
07
O8
09
10
11
12
13
14
15
16
17
18
19
20
21-
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01650-4
C.
for class periods can vary, but brief rest breaks should be
scheduled and taken.
d. Organize training sessions into maintenance verses operation
topics and identify on schedule.
e. Plan for minimum class attendance of 10 people at each
session and provide sufficient classroom materials, samples,
and handouts for those in attendance.
f. Instructors to have a typed agenda and well prepared
instructional material. The use of visual aids, e.g.,
films, pictures, and slides is recommended for use during
the classroom training programs. Deliver agendas to the
Engineer a minimum of 7 days prior to the classroom
training. Provide equipment required for presentation of
films, slides, and other visual aids.
g. The on-site training sessions shall cover the information
required in the Operation and Maintenance manuals submitted
according to Section 01340 and the following areas:
1) Operation of equipment.
2) Lubrication of equipment..
3) Maintenance and repair of equipment.
4) Troubleshooting of equipment.
5) Preventive maintenance procedures.
6) Adjustments to equipment.
7) Inventory of spare parts.
8) Optimizing equipment performance.
9) Capabilities.
10) Operational safety.
11) Emergency situation response.
12) Takedown procedures (disassembly and assembly).
h. Address paragraphs g.l), g.2), g.8), g.9), g.10), and g.11)
in the operation sessions. Address paragraphs g.3), g.4),
g.5), g.6), g.7), and g.12) in the maintenance sessions.
i. Maintain a log of classroom training provided including:
Instructors, topics, dates, time, and attendance.
Substantial Completion of Project:
1. Complete the work.
2. Complete the equipment startup.
3. Complete the personnel training.
4. Complete the required submittals.
S. Contractor's Notice of Substantial Completion and Request for
Inspection.
a. When Contractor considers the Work of this Project has
reached Substantial -Completion, submit "Contractor's Notice
of Substantial Completion and Request for Inspection."
b. Engineer will review required submittals for completeness
within 10 calendar days of Contractor's notice. If
complete, Engineer will complete inspection of the Work,
within 10 calendar days of Contractor's notice.
C. Engineer will inform Contractor in writing of the status of
the Work reviewed, within 14 calendar days of Contractor's
notice. -
1) Work determined not meeting state of Substantial
City of Lubbock, Municipal Water Treatment Contract 7
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
10
7 11
12
.•• 13
14
15
16
17
18
19
20
(, 21
22
23
24
25
26
27
28
29
�*•
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
r' 51
52
53
i'
k�
6.
01650-5
Completion:
a) Contractor: Correct deficiencies noted or submit
plan of action for correction within 5 days of
Engineer's determination.
b) Engineer: Reinspect work within 5 days of
Contractor's notice of correction of deficiencies.
2) Work determined to be in state of tentative Substantial
Completion: Engineer to prepare tentative "Engineer's
Certificate of Substantial Completion."
Engineer's Certificate of Substantial Completion:
a. Issued subject to successful Demonstration of functional
integrity.
b. Issued for Project as a whole.
c. Issued subject to completion or correction of items cited in
the certificate (Punch List).
d. Issued with responsibilities of Owner and Contractor cited.
e. Executed by Engineer.
f. Accepted by Owner.
g. Accepted by Contractor.
h. Upon successful completion of Demonstration Period, Engineer
will endorse certificate attesting to the successful
demonstration, and citing the hour and date of ending the
successful Demonstration Period of functional integrity as
the effective date of Substantial Completion.
3.03 DEMONSTRATION PERIOD
A. General:
1. It is intended the Demonstration Period be conducted under full
operational conditions. Under no circumstances is the
Demonstration Period to be used for repair, alteration, or
adjustments rendering facilities inoperative for more than 10
percent of the period. Owner reserves the right to simulate
operational variables, equipment failures, routine maintenance
scenarios, etc._, to verify the functional integrity of automatic
and manual backup systems and alternate operating modes.
2. Time of beginning and ending any Demonstration Period shall be
agreed upon by Contractor, Owner, and Engineer in advance of
initiating Demonstration Period.
3. The Demonstration Period will be performed with Facility
completely operational.
4. Perform the Demonstration Period as specified herein, for each
system with all systems in full operation for a minimum of 168
consecutive hours without interruption of equipment or system or
need of adjustment other than normal operational adjustments, or
repair beyond normal scheduled preventive maintenance. If
unscheduled adjustment or repair is needed for any reason,
beyond the amount specified in paragraph 1 above the
Demonstration Period shall be deemed to have failed, and a new
Demonstration Period shall recommence, either immediately after
correction of cause of failure or at a later time, for 168 full
consecutive hours of operation.
5. Provide all labor, supervision, maintenance, equipment, vehicles
City of Lubbock, Municipal Water Treatment - Contract 7 .
O1
02
03
04
05
06
07
08
09
10
it
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01
02
03
04
05
06
07
08
09
10
7 11
12
.•• 13
14
15
16
17
18
19
20
(, 21
22
23
24
25
26
27
28
29
�*•
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
r' 51
52
53
i'
k�
6.
01650-5
Completion:
a) Contractor: Correct deficiencies noted or submit
plan of action for correction within 5 days of
Engineer's determination.
b) Engineer: Reinspect work within 5 days of
Contractor's notice of correction of deficiencies.
2) Work determined to be in state of tentative Substantial
Completion: Engineer to prepare tentative "Engineer's
Certificate of Substantial Completion."
Engineer's Certificate of Substantial Completion:
a. Issued subject to successful Demonstration of functional
integrity.
b. Issued for Project as a whole.
c. Issued subject to completion or correction of items cited in
the certificate (Punch List).
d. Issued with responsibilities of Owner and Contractor cited.
e. Executed by Engineer.
f. Accepted by Owner.
g. Accepted by Contractor.
h. Upon successful completion of Demonstration Period, Engineer
will endorse certificate attesting to the successful
demonstration, and citing the hour and date of ending the
successful Demonstration Period of functional integrity as
the effective date of Substantial Completion.
3.03 DEMONSTRATION PERIOD
A. General:
1. It is intended the Demonstration Period be conducted under full
operational conditions. Under no circumstances is the
Demonstration Period to be used for repair, alteration, or
adjustments rendering facilities inoperative for more than 10
percent of the period. Owner reserves the right to simulate
operational variables, equipment failures, routine maintenance
scenarios, etc._, to verify the functional integrity of automatic
and manual backup systems and alternate operating modes.
2. Time of beginning and ending any Demonstration Period shall be
agreed upon by Contractor, Owner, and Engineer in advance of
initiating Demonstration Period.
3. The Demonstration Period will be performed with Facility
completely operational.
4. Perform the Demonstration Period as specified herein, for each
system with all systems in full operation for a minimum of 168
consecutive hours without interruption of equipment or system or
need of adjustment other than normal operational adjustments, or
repair beyond normal scheduled preventive maintenance. If
unscheduled adjustment or repair is needed for any reason,
beyond the amount specified in paragraph 1 above the
Demonstration Period shall be deemed to have failed, and a new
Demonstration Period shall recommence, either immediately after
correction of cause of failure or at a later time, for 168 full
consecutive hours of operation.
5. Provide all labor, supervision, maintenance, equipment, vehicles
City of Lubbock, Municipal Water Treatment - Contract 7 .
O1
02
03
04
05
06
07
08
09
10
it
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
O1
02
03
04
05
06
07
08
09
10
11
12
13
01650-6
or any other item necessary to operate and demonstrate all 01
systems being demonstrated. 02
6. Owner will provide operational personnel to provide process 03 —
decisions affecting plant performance. Owner's assistance will 04
be available only for process decisions. Contractor will 05
perform all other functions including but not limited to 06
equipment operation and maintenance until successful completion 07
of the Demonstration Period. 08
7. Throughout the Demonstration Period, provide knowledgeable 09
personnel to answer Owner's questions and to respond to any 10
system problems or failures which may occur.. 11
12
END OF SECTION 13 —
City of Lubbock, Municipal Water Treatment -Contract 7
E
01700-1
i^
P
t�
01
01
02
02
03
SECTION 01700
03
04
04
05
CONTRACT CLOSEOUT
05.
06
07
06
07
08
PART 1
- ADMINISTRATIVE PROCEDURES
08
09
09
10
1.01
GENERAL
10
11
11
12
A.
Comply with requirements stated in Contract Forms, Contract ;
12
�-+
13
Requirements, and General Requirements, and,in Specifications for
13
14
administrative procedures in closing out the Work.
14
15
15
16
1.02
SUBSTANTIAL COMPLETION
16
17
17
18
A.
See General Conditions.
18
19
19
20
1.03
FINAL INSPECTION
20
21
21
22
A.
When Contractor considers the Work is complete, he shall submit
22
23
written certification that:
23
24
24
1. Contract Documents have been reviewed.
25
2. Work has been inspected for compliance with Contract Documents.
25
26
3. Work has been completed in accordance with Contract Documents.
26
27
4. Equipment and systems have been tested in the presence of
27
28
Owners representative and are operational.
28
29
5. Work is completed and ready for final inspection.
29
�^
30
30
31
B.
Engineer and Owner will make an inspection to verify the status of
31
32
completion with reasonable promptness after receipt of such.
32
33
certification.
33
34
34
tl
35
C.
Should Engineer Consider That the Work is Incomplete or Defective.
35
36
1. Engineer will promptly notify the Contractor in writing, listing
36
37
the incomplete or defective work.
37
38
2. Contractor shall take immediate steps to remedy the stated
38
39
deficiencies, and send a second written certification to
39
r„
40
Engineer that the Work is complete.
40
°1
41
3. Engineer will reinspect the Work.
41
42
42
43
D.
When Engineer finds that the Work is acceptable under the Contract
43
44
Documents, he shall request the Contractor to make closeout
44
45submittals.
45
46
46
47
1.04
REINSPECTION FEES
47
i
48
46
49
A.
Should Engineer and Owner perform reinspections due to failure of
49
50
the Work to comply with the claims of status of completion made by
50
51
the Contractor.
51
52
1. Owner will compensate Engineer for such additional services of
52
53
Consultant.
53
5
City of Lubbock, Municipal Water Treatment - Contract 7
f
01700-2-
01
2. Owner will deduct the amount of such compensation from the final
01
02
payment to the Contractor.
02
03
03
04
1.05
CONTRACTOR'S CLOSEOUT SUBMITTALS TO ENGINEER
04
05
05 ,
06`
A.
Project Record Documents.
06 —
07
07
08
B.
Operating and Maintenance Data, Instructions to Owner's Personnel:
08
09
As specified in Section 01340.
09
10
_
10
11
C.
Spare Parts and Maintenance Materials: As specified in the
it
12
individual Specification sections and herein.
12
13
13 —
14
p.
Evidence of Payment and Release of Liens: As specified in the
14
15
General and Supplementary Conditions.
15
16
16 _
17
E.
Two Copies of Each Specified.Special Bond, Warranty, and Service
17
18*
Contract.
18
19
19
20
1.06
FINAL ADJUSTMENTS OF ACCOUNTS
20 -'
21
21
22
A.
Submit a Final Statement of Accounting to Engineer.
22
23
23
24
B.
Statement Shall Reflect All Adjustments to the Contract Sum.
24
25
1. The original Contract Sum.
25
26
2. 'Additions and deductions resulting from:
26
27
a. Previous Change Orders.
27
28
b. Deductions for uncorrected Work.
28'
29
C. Deductions for liquidated damages.
29
30
d. Deductions for reinspection payments.
30 —
31
e. Other adjustments.
31
32
3. Total Contract Sum, as adjusted. <
32
33
4. Previous payments.
33 _
34
5. Sum remaining due.
34
35
35
36
1:07
FINAL APPLICATION FOR PAYMENT
36
37
37
38
A.
Contractor shall submit the final Application for Payment in
38
39
accordance with procedures and requirements stated in the Conditions
39
40
of the Contract and those specified below.
40 —
41
41
42
B.
Upon receipt of Final Application for Payment, if the document is
42
43
correct and complete, the Engineer will notify the Owner that the
43
44
Final Application for Payment has been reviewed• the Owner, through
_
44
45
its Council, will publish notice for claim which will require up to
45
46
50 days. If no claims are received and all other conditions are
46
47
met, the final payment will be made to the Contractor within 10 days
47 ^`
48
of the expiration date for receipt of claims.
48
49
-
49
50
so —
51
PART 2
- RECORD DOCUMENTS
51
52
52
53
2.01
GENERAL
53
•City of -Lubbock, Municipal Water Treatment- Contract 7
01700-3
01
01
i
02
A.
Maintain at Project Site for Owner One Record Copy of:
02
03
1. Drawings.
03
a
04
2. Specifications.
04
05
3. Addenda.
05
06
4. Change Orders and other modifications to the Contract.
06
07
5. Engineer's Field Orders or written instructions.
07
08
6. Approved Shop Drawings and Product Data.
08
09
7. Field test records.
09
10
S. Construction photographs.
10
11
11
12
2.02
MAINTENANCE OF DOCUMENTS AND SAMPLES
12
13
13
14
A.
Store documents and samples in Contractor's field office apart from
14
15
documents used for construction.
15
16
1. Provide files and racks for storage of documents.
16
17
2. Provide locked cabinet or secure storage space for storage of
17
18
samples.
18
19
19
20
B.
File documents and samples in accordance with Data Filing Format of
20
21
the Uniform Construction Index.
21
22
22
23
C.
Maintain documents in a clean, dry, legible condition and in good
23
�..
24
order. Do not use record documents for construction purposes.
24
25
25
26
D.
Make documents and samples available at all times for inspection by
26
27
Engineer.
27
28
28
29
2.03
MARKING DEVICES
29
�*
30
30
31
A.
Provide felt-tip marking pens for recording information in the color
31
32
code designated by Engineer.
32
33
33
34
2.04
RECORDING
34
35
35
36
A.
Label Each Document "Project Record" in Neat Large Printed Letters.
36
37
37
38
B.
Record Information Concurrently With Construction Progress.
38
39
1. Do not conceal any Work until required information is recorded.
39
40
40
41
C.
Drawings: Legibly mark to record actual construction.
41
42
1. Depths of various elements of foundation in relation to finished
42
43
first floor data.
43
44
2. Horizontal and vertical locations of underground utilities and
44
`I.
45
appurtenances referenced to permanent surface improvements.
45
46
3. Location of internal utilities and appurtenances concealed in
46
47
the construction referenced to visible and accessible features
47
48
of the structure.
48
49
4. Field changes of dimension and detail.
49
50
5. Changes made by Field Order or by Change Order.
50
51
6. Details not on original Contract Drawings.
51
�.
52
52
53
D.
Specifications and Addenda: Legibly mark each section to record.
53
City of Lubbock, Municipal Water Treatment — Contract 7
A
01700-4
O1•
1. Manufacture, trade name, catalog number, and supplier of each
01
02
product and item of equipment actually installed.
02
03
2. Changes made by Field Order or by Change Order.
03 "-
04
04
05
2.05
SUBMITTAL
05
06"
06
07
A.
At Contract Closeout, Deliver Record Documents to Engineer for
07
08
Owner.
08
09
09
10
B.
Accompany Submittal with Transmittal Letter in Duplicate,
10
11
Containing:
11
12
1. Date.
12
13
2. Project title and number.
13 —
14
3. Contractor's name and address.
14
15
4. Title and number of each Record Document.
15
16
S. Signature of Contractor or his authorized representative.
16 —
17
17
18.
18
19
PART
3 - SPARE PARTS AND MAINTENANCE MATERIALS
19
20
20
21
3.01
GENERAL
21
22
22
23
A.
Provide spare parts, maintenance materials, and special tools as
23 —
24
specified in the individual Specification sections.
24
25
25
26
B.
Store the Items in a Clean, Dry, Heated Storage Shed or Bonded
26
27
Warehouse.
27 _
28
28
29
C.
Protect All Items from Damage During Storage. -
29
30
30
31
3.02
DELIVERY TO OWNER
31
32
32
33
A.
At or prior to the time of the inspection for Substantial Completion
33 r.
34
deliver all required items to Owner at the place on the site
34
35
designated by Owner.
35
36
1. Contractor and representatives of Owner and Engineer shall
36
37
inspect and inventory all items delivered.
37 _
38
38
39
B.
Submit to Engineer a Detailed Invoice of All -Items Delivered.
39
40
1. Organize invoice by Specification sections.
40 --
41
2. Indicate on invoice any items delivered that were damaged or
41
42
defective.
42
43
3. Contractor and Owner's and Engineer's representatives shall sign
43
44
invoice certifying that all items listed were delivered and
_
44
45
that, unless otherwise noted on the invoice, all items were in
45
46
good condition at the time of ''delivery to Owner.
46
47
-
47
48
C.
Engineer will review invoice for completeness and inform Contractor
48
49
promptly of any deficiencies therein.
49
50
50 —
51
D.
Contractor shall deliver all additional items identified by Engineer
51
52
and replace all damaged and defective items noted on the original
52
53
invoice before requesting final inspection.
53
City of Lubbock, Municipal Water Treatment - Contract 7
01700-5
O1 01
02 E. Invoices for additional and replacement items, signed by Contractor 02
03 and Owner's and Engineer's representatives, shall be submitted. 03
04 04
05 3.03 PAYMENT 05
06 06
07 A. No Certification of Substantial Completion will be issued by 07
08 Engineer until the required invoice is submitted for review. 08
09 09
10 B. Final payment will not be made until all specified spare parts, 10
11 maintenance materials, and special tools have been delivered to it
12 Owner in acceptable condition. 12
13 13
14 END OF SECTION 14
15 15
City of Lubbock, Municipal Water Treatment - Contract 7
(THIS PAGE LEFT BLANK INTENTIONALLY)
01710-1
01
91F13
SECTION 01710
01
.
02
02
03
CLEANING
03
04
04
05
05
06
PART 1 - GENERAL
06
07
07
08
1.01
SUMMARY
08
09
09
10
A.
Section Includes:
10
_
11
1. Intermediate and final cleaning of Work not.including special
11
12
cleaning of closed systemsspecified elsewhere.
12
13
13
14
B.
Related Sections include but are not necessarily limited to:
14
15
1. Division 0 - Bidding Requirements, Contract Forms, and
15
16
Conditions of the Contract.
16
r
17
2. Division 1 - General Requirements.
17
�.
18
18
19
1.02
STORAGE AND HANDLING
19
20
20
21
A.
Store cleaning products and cleaning wastes in containers
21
22
specifically designed for those materials.
22
23
23
24
1.03
SCHEDULING
24
25
25
26
A.
Schedule cleaning operations so that dust and other contaminants
26
27
disturbed by cleaning process will not fall on newly painted
27
fi
28
surfaces.
28
29
29
30
30
31
PART
2 - PRODUCTS
31
32
32
33
2.01
MATERIALS
33
34
34
35
A.
Cleaning Agents:
35
36
1. Compatible with surface being cleaned.
36
37
2. New and uncontaminated.
37
li
38
3. For Manufactured Surfaces: Material recommended by
38
39
manufacturer.
39
40
40
k;l
41
41
42
PART
3 - EXECUTION
42
43
43
44
3.01
CLEANING - GENERAL
44
45
45
46
A.
Prevent accumulation of wastes that create hazardous conditions.
46
�••
47
47
48
B.
Conduct cleaning and disposal operations to comply with laws and
48
49
safety orders of governing authorities.
49
50
50.
51
C.
Do not dispose of volatile wastes such as mineral spirits, oil, or
51
4,
52
paint thinner in storm or sanitary drains or sewers.
52
53
53
City of Lubbock, Municipal Water Treatment - Contract 7
7
01710-2
01
D.
Dispose of degradable debris'at an approved solid waste disposal
01
02
site.
02
03
03
04
E.
Dispose of nondegradable debris at an approved solid waste disposal
04
05
site or in an alternate manner approved by Engineer and regulatory
05
06
agencies.
06
07
07
08
F.
Handle materials in a controlled manner with as few handlings as
08
09
possible.
09
10
10
11
G.
Do not drop or throw materials from heights greater than 4 FT or
11
12
less than 4 FT if conditions warrant greater care.
12
13
13
14
H.
On completion of work, leave area in a clean, natural looking
14
15
condition. Remove all signs of temporary construction and
15
16
activities incidental to construction of required permanent Work.
16
17
17
18
I.
Do not burn on-site.
18
19
19
20
3.02
INTERIOR CLEANING
20
21
21
22
A.
Cleaning During Construction:
22
23
1. Keep work areas clean so as not to hinder health, safety or
23'
24
convenience of personnel in existing facility operations.
24
25
2. At maximum weekly intervals, dispose of waste materials, debris,
25
26
and rubbish.
26
27
3. Vacuum clean interior areas when ready to receive finish
27
28
painting. Continue vacuum cleaning on an as -needed basis, until
28
29
substantial completion.
29
30
4. Control dust in work areas of existing facilities.
30
31
a. Provide protection to existing electrical and mechanical
31
32
equipment as required to eliminate detrimental effects. due
32
33
to construction.
33
34
b. Weekly check air handling filters in existing units having
34
35
construction activities. Replace as necessary.
35
36
c. At maximum monthly intervals, check interior of existing
36
37
electric panels and vacuum if dust accumulation has
37
38
occurred.
38
39
d. At maximum weekly intervals, sweep all floors, including
39
40
basins, tunnels, platforms, walkways, and pick up and
40
41
dispose of all debris. Use dust suppressant sweeping
41
42
compound in areas open to areas of existing facility
42
43
operations.
43
44
44
45
B.
Final Cleaning:
45
46
1. Complete immediately prior to Demonstration Period.
46
47
2. Remove grease, mastic, adhesives, dust, dirt, stains,
47
48
fingerprints, labels, and other foreign materials from
48
49
sight -exposed surfaces.
49
50
3. Wipe all lighting fixture reflectors, lenses, lamps and trims
50
51
clean.
51
52
4. Wash and shine glazing and mirrors.
52
53
5. Polish glossy surfaces to a clear shine.
53
City of Lubbock, Municipal Water Treatment - Contract 7
City of Lubbock, Municipal Water Treatment - Contract 7
01710-3
O1
6. Ventilating systems:
01
02
a. Clean permanent filters and replace disposable filters if
02
03
units were operated during construction.
03
04
b. Clean ducts, blowers and coils if units were operated
04
05
without filters during construction.
05
06
7. Replace all burned out lamps.
06
07
S. Broom clean process area floors.
07
08
9. Mop office and control room floors.
08
09
09
10
3.03
EXTERIOR (SITE) CLEANING
10
11
11
12
A.
Cleaning During Construction:
12
13
1. Construction debris:
13
14
a. Confine in strategically located container(s):
14
15
1) Cover to prevent blowing by wind.
15
16
2) Haul from site minimum once a week.
16
17
b. Remove from work area to container daily.
17
18
2. Vegetation:
18
19
a. Keep weeds and other vegetation trimmed to 3 IN maximum
19
20
height.
20
21
3. Soils, sand, and gravel deposited on paved areas and walks:
21
22
a. Remove as required to prevent muddy or dusty conditions.
22
23
b. Do not flush into storm sewer system.
23
24
24
25
B.
Final Cleaning:
25
26
1. Remove, trash and debris containers from site:
26
27
a. Re -seed areas disturbed by location of trash and debris
27
28
containers.
28
29
2. Clean paved roadways.
29
30
30
31
3.04
FIELD QUALITY CONTROL
31
32
32
33
A.
Immediately prior to Demonstration Period, conduct an inspection
33
34
with Engineer to verify condition of all work areas.
34
35
35
36
END OF SECTION
36
City of Lubbock, Municipal Water Treatment - Contract 7
(THIS PAGE LEFT BLANK INTENTIONALLY)
r
01800-1
i
01
95F28
SECTION 01800
01
02
02
03
OPENINGS AND PENETRATIONS IN CONSTRUCTION
03
04
04
05
05
06
PART 1
- GENERAL
06
07
07
08
1.01
SUMMARY
08
09
09
l0
A.
Section Includes:
10
11
1. Openings and penetrations in construction.
11
12
12
13
B.
Related Sections include but are not necessarily limited to:
13
14
1. Division 0 - Bidding Requirements, Contract Forms, and
14
15
Conditions of the Contract.
15
16
2. Division 1 - General Requirements.
16
17
3. Section 07900 - Joint Sealants.
17
`.'
18
4. Section 09905 - Painting and Protective Coatings.
18
19
19
20
1.02
QUALITY ASSURANCE
20
21
21
22
A.
Referenced Standards:
22
23
1. American Concrete Institute (ACI):
23
24
a. 318, Building Code Requirements for Reinforced Concrete.
24
25
2. American Society for Testing and Materials (ASTM);
25
26
a. A53, Standard Specification for Pipe, Steel, Black and
26
27
Hot -Dipped, Zinc -Coated Welded and Seamless.
27
28
3. National Fire Protection Association (NEPA):
28
29
a. 70, National Electrical Code (NEC).
29
30
b. 90A, Standard for Installation of Air Conditioning and
30
31
Ventilating Systems.
31
32
4. Sheet Metal and Air Conditioning Contractors National
32
33
Association, Inc.(SMACNA).
33
34
34
35
B.
Miscellaneous:
35
36
1. Furnish to subcontractors complete information concerning
36
37
location and placement of openings and penetrations for
37
38
inclusion in the shop drawings. Show coordination with work of
38
39
all other trades.
39
40
2. When any opening larger than 10 IN must be made in a completed
40
41
structure, secure Engineer approval before starting work.
41
42
42
43
1.03
SUBMITTALS
43
44
44
45
A.
Shop Drawings:
45
46
1. See Section 01340.
46
47
2. Scaled or dimensioned drawings showing location of all openings
47
48
with schedule showing size and method to be used for making
48
49
opening.
49
50
3. Details of required seals verifying compliance of methods and
50
51
materials.
51
+
52
52
53
53
City of Lubbock, Municipal Water Treatment - Contract 7
i
01800-2
O1
PART
2 - PRODUCTS
01
'02
02
03
2.01
MATERIALS
03
04
04
05
A.
Steel Pipe Sleeves: ASTM A53, Schedule 40, black.
05
06
06
07
B.
Backing Rod and Sealant: See Section 07900.
07
08
08
09
09
10
PART
3 - EXECUTION
10
11
11
12
3.01
OPENING AND PENETRATIONS - GENERAL
12
13
13
14
A.
Set sleeves with ends flush with finished surfaces, unless otherwise
14
15
specified or indicated on Drawings.
15
16
16
17
B.
Where pipes or ducts pass through floors in locations where floors
17
18'
can be washed or wetted, set sleeves with top 4.IN above finish
1s
19
floors.
19
20
20
21
C.
For insulated piping or ducts, size sleeves large enough to
21
22
accommodate full thickness of insulation.
22
23
23
24
D.
Set sleeves or framed openings in advance in order to avoid conflict
24
25
with other trades.
25
26
26
27
E.
Existing Cast -In -Place Concrete Construction:
27
28
1. Do not cut into nor core drill any beams, joists or columns.
28
29
2. Do not install sleeves in beams, joists, or columns.
29
30
3.. Do not install recesses in beams, joists, columns or slabs.
30
31
4. Installation methods:
31
32
a. Saw or core drill with non impact type equipment.
32
33
b. Mark opening and drill small 3/4 IN or/less holes through
33.
34
structure following opening outline.
34
35
c. Sawcut opening outline on both surfaces then knock out
35
36
within sawcuts using impact type equipment using extreme
36
37
caution not to chip or spall face of surface to remain
37
38
intact.
38
39
39
40
F.
Where alterations are necessary or where new and old work join,
40
41
restore adjacent surfaces to their condition existing prior to start
41
42
of work.
42
43
43
44
G.
Hot dip galvanize (or paint in accordance with Section 09905) all
44
45
steel sleeves installed.
45
46
46
47
H.
Install sleeves and pipes in accordance with ACI 318, Chapter
47
48
Chapter 6.
48
49
49
50
I.
Install electrical conduit in accordance with NFPA 70, Article 501.
50
51
51
City of Lubbock, Municipal Water Treatment Contract 7
01800-3
01
3.02 GENERAL SCHEDULE OF PENETRATIONS THROUGH FLOORS, ROOFS,
01
02
FOUNDATION BASE SLABS, FOUNDATION WALLS, FOUNDATION FOOTINGS,
02
POO
03
PARTITIONS AND WALLS FOR PIPING AND CONDUIT
03
04
04
05
A. Provide openings and penetrations in construction where shown on
05
06
Drawings and as described in following listing:
06
}
07
07
08
Type A - Block out 1 IN larger than outside dimensions of pipe, or
08
0g
conduits (for multiple conduit assemblies). Dimension to
09
10
allow for insulation to pass through opening where
10
it
11
insulation is required.
12
12
13
Type B - Steel pipe sleeve with wall anchor.
13
14
14
15
Type C - 12 GA.sheet metal sleeve with welded seams integrally
15
16
incorporated into construction.
16
17
17
`
18
Type D - Commercial type casting wall sleeve.
18
19
19
r
20
Type E - Steel pipe sleeve with (combination anchor and water stop
20
i
21
plate).
21
22
22
23
Type F - Cast -in-place pipe or conduit.
23
24
24
25
Type G - Cast -in-place with (combination anchor and water stop
25
26
plate) welded to pipe or ductwork.
26
27
27
6'-
28
Type H - Core drill after structure is in place.
28
29
29
30
B. Provide seals of material and method described as follows unless
30
31
otherwise noted on Drawings. Assure seal material and method are
31
a,
32
compatible with location and service of seal. Install backer rods
32
33
and sealant inside annulus of sleeves as specified.
33
,.
34
34
35
Category 1 - Link -Seal
35
36
36
37
Category 2 - Lead and Oakum
37
38
38
39
Category 4 - Backer rod and sealant.
39
40
40
41
Category 5 - Backer rod and sealant with escutcheons on both sides
41
42
of opening.
42
43
43
44
Category 9 - Refer to plans.
44
45
45
46
Category 10 - Fire rated sealant.
46
47
47
48
Category 11 - Conduit seals.
48
49
49
50
C. Subject to compliance with Contract Documents, furnish openings and
50
51
sealing material in full accordance with Drawings and the following
51
52
schedule:
52
53
53
City of Lubbock, Municipal Water Treatment - Contract 7
City of Lubbock, Municipal Water Treatment - Contract 7
01
02
03
04
05-
06 —
67.
08
09 —
10
11
12
13 —
14
15
16 _
17
18
19
20
21
22
23 —
24
25
26
27
28
29'
30 -'
31
32
33 _
34
35
36
37
38
39
40 —
01800-4
O1
OPENING
SEALING MATERIAL
02
LOCATION
MEDIA
TYPE
CATEGORY
03
-----------------
-----
----
- -- - ----
----------------
04
04
05
Through floors
Pipes
C
4
06
with bottom side
07
a hazardous area
Conduits
F
11
08
09
Through floors
Pipes
F
Not require
10
on grade above
11
water table
Conduits
F,A,C,
4 w/opening A or C
12
13
Through walls
Pipe
D or E
1 or 2
14
where one side is
15
a hazardous area
Conduit
F
11
16
17
Through exterior
Pipe
D or E
1 or 2
18
wall below grade
Conduits
F
Not required
19
20
Through wall
Pipes
D or E
1
21
from wet well
22
to dry well
Conduits
F
it
23
24
Through exterior
Pipe
A,B,C,D,
5 with opening A
25
wall above grade
or F
4 with opening B, C
26
or D
27
28
Conduits
A or F
5 with opening A
29
30
Roof penetrations
Pipes
A
9
31
Conduits
A
9
32
F
Not required
33
34
Through interior
Pipes
A or C
4
35
walls and slabs
36
unless specifi-
Conduits
A or F
4 for opening A
37
cally covered
38
above
39
40
END OF
SECTION
City of Lubbock, Municipal Water Treatment - Contract 7
01
02
03
04
05-
06 —
67.
08
09 —
10
11
12
13 —
14
15
16 _
17
18
19
20
21
22
23 —
24
25
26
27
28
29'
30 -'
31
32
33 _
34
35
36
37
38
39
40 —
7,
09905-1
01
95F28
SECTION 09905
01
02
02
03
PAINTING AND PROTECTIVE COATINGS
03
04
04
i
05
05
r.,
06
PART 1
- GENERAL
06
07
07
08
1.01
SUMMARY
08
09
09
10
A.
Section Includes:
10
11
1. Painting and protective coatings.
11
12
12
13
B.
Related Sections include but are not necessarily limited to:
13
14
1. Division 0 - Bidding Requirements,, Contract Forms, and
14
15
Conditions of the Contract.
15
16
2. Division 1 - General Requirements.
16
�+
17
3. Section 11005 - Equipment: General Requirements.
17
18
18
19
1.02
QUALITY ASSURANCE
19
2020
l
21
A.
Referenced Standards:
21
22
1. American National Standards Institute (ANSI):
22
23
a. A224.1, Test Procedures and Acceptance Criteria for Prime
23
24
Painted Steel Surfaces for Steel Doors and Frames.
24
'
25
2. Steel Structures Painting Council (SSPC):
25
26
a. SP -1, Solvent Cleaning.
26
27
b. SP -2, Hand Tool Cleaning.
27
28
c. SP -3, Power Tool Cleaning.
28
29
d. SP -6, Commercial Blast Cleaning.
29
30
e. SP -10, Near -White Blast Cleaning.
30
j
31
31
32
B.
Qualifications:
32
33
1. Applicator approved in writing by coating manufacturer or
33
34
authorized coating manufacturers representative.
34
35
2. Applicator shall have minimum of 5 years experience in
35
36
application of similar products. Provide references for minimum
36
37
of three different projects completed in last 5 years. Include
37
38
name and address of project, size of project in value (painting)
36
39
and contact person.
39
40
40
41
C.
Miscellaneous:
41
42
1. Furnish paint through one manufacturer when possible.
42
43
43
44
1.03
DEFINITIONS
44
45
45
46
A.
Applicator: Individual actually performing work on site.
46
47
47
48
B.
Approved Factory Finish: Finish on a product in compliance with the
48
49
finish specified in the section where the product is specified or in
49
50
Section 11005, Equipment: General Requirements.
50
51
51
52
C.
Corrosive Environment: Immersion in, or not more than 6 IN above,
52
53
or subject to frequent spillage or splash of a corrosive material
53
t
City of Lubbock, Municipal Water Treatment - Contract 7
09905-2
01
such as: Water, wastewater, or chemical solution; or chronic
01
02
exposure to corrosive, caustic or acidic agent, chemicals, chemical
02
03
fumes, chemical mixture, or solution.
03
04
04
05
D.
Exposed Exterior Surface: Surface which is exposed to weather but
05
06
not necessarily exposed to view as well as surface exposed to view.
06
07
07
08
E.
Finished Room or Space: One that has finish called for on Room
08
09
Finish Schedule or is indicated, on Drawings, to be painted.
09
10
10
11
F.
Painting Coverage Rate: Coverage expressed in SF/GAL/coat are
11
12
manufacturer's published theoretical coverage in square foot per
12
13
gallon.
13
14
14
15
G.
Paint includes fillers, primers, sealers, emulsions, oils, alkyds,
15.
16
latex, enamels, thinners, stains, epoxies, vinyls, chlorinated
16
17
rubbers, coal tars, urethanes, shellacs, varnishes, and any other
17
18
applied coating specified within this Section.
is
19
19
20
H.
Surface Hidden from View: Surfaces such as those within pipe
20
21
chases, and between top side of ceilings (including drop-in the
21
22
ceilings) and underside of floor or roof structure above.
22
23
23
24
I.
Thinned (when used in regard to VOC contents): In accordance with
24
25
manufacturer's recommendations.
25
26
26
27
J.
VOC: Volatile Organic Compounds.
27
28
28
29
1.04
SUBMITTALS
29
30
30
31
A.
Manufacturer's approval of applicator.
31
32
32
33
B.
Applicator experience qualifications.
33
34
34
35
C.
Approval of application equipment.
35
36
36
37
D.
Painter's weekly record.
37
38
_
38
39
E.
Manufacturer's recommendation for universal barrier coat.
39
40
40
41
F.
Shop Drawings:
41
42
1. See Section 01340.
42
43
2. Product technical data including:
43
44
a. Acknowledgement that products submitted meet requirements of
44
45
standards referenced.
45
46
b. Manufacturer's application instructions.
46
47
c. Manufacturer's surface preparation instructions.
47
48
d. If products being used are manufactured by Company other
48
49
than listed in Article 2.02, provide complete individual cut
49
50
sheet comparison of proposed products with specified
50
51
products including application procedure, coverage rates and
51
52
verification that product is designed for intended use.
52
53
e. Manufacturer's factory -applied finish information. Refer to
53
City of Lubbock, Municipal Water Treatment Contract 7
09905-3
paragraph 2.02. 01
f. Contractor's written plan of action for containing airborne 02
particles created by blasting operation and location of 03
disposal of spent contaminated blasting media. 04
g. Coating manufacturer's recommendation on abrasive blasting. 05
3. Certification: 06
a. Coating manufacturer's written approval of Contractor's 07
application equipment. 08
09
G. Samples: 10
1. Manufacturer's full line of colors for Engineer's color 11
selection. 12
2. After initial color selection by Engineer provide two 3 x 5 IN 13
samples of each color selected. 14
15
1.05
DELIVERY, STORAGE, AND HANDLING
16
17
A.
Deliver in original containers,- labeled as follows:
18
1. Name or type number of material.
19
2. Manufacturer's name and item stock number.
20
3. Contents, by volume, of major constituents.
21
4. Warning labels.
22
5. VOC content.
23
24
25
PART
2 - PRODUCTS
26
27
2.01
ACCEPTABLE MANUFACTURERS
28
29
A.
Subject to compliance with the Contract Documents, the following
30
Manufacturers are acceptable:
31
1. Tnemec.
32
2. Ameron Protective Coatings Div.
33
3. Glidden Coatings.
34
4. Valspar Corp.
35
5. Carboline Protective Coatings.
36
6. Porter Coatings.
37
7. PPG.
38
8. Sherwin Williams.
39
9. CON -LUX Coatings, Inc.
40
41
B.
Submit requests for substitution in accordance with Specification
42
Section 01640.
43
44
2.02
MATERIALS.
45
46
A.
All materials used must contain not more than 3.5 LBS/GAL VOC as
47
applied (in thinned state) unless noted otherwise.
48
49
B.
For unspecified materials such as turpentine or linseed oil, provide
50
manufacturer's recommended products.
51
52
C.
Paint Systems - General:
53
City of Lubbock, Municipal Water Treatment - Contract 7
09905-4
01
1.
P=prime coat. F1, F2 . Fn - first finish coat, second
01
02
finish coat . . nth finish coat, color as selected by
02
03
Engineer.
03
04
2.
If two finish coats of same material are required, Contractor
04
05
- may, at his option and by written approval -from paint
05
06
manufacturer, apply one coat equal to mil thickness of two coats
06
07
specified.
07
08
08
09
D. Products specified are manufactured by Tnemec.
09
10
10
11
E. Paint Systems:
11
12
12
13
1.
System #1 -Epoxy-Polyamide Primer with Epoxy-Polyamide or
13
14
Acrylic Polyurethane Enamel Top Coats.
14
15
15
16
Tnemec
16
17
17
18
P1=66-1211 Epoxoline Primer (Epoxy-Polyamide) VOC=3.42
18
19
1 coat, 3 mils
19
20
299 SF/GAL/coat
20
21
F1= Series 66 Hi -Build Epoxoline (Epoxy-Polyamide)
21
22
1 coat, 3 mils
22
23
300 SF/GAL/coat
23
24
*F2= Series 66 Hi -Build Epoxoline (Epoxy-Polyamide)
24
25
1 coat, 3 mils
25
26
300 SF/GAL/coat
26
27
*F2E Series 73 Endura -Shield III (Acrylic VOC=3.50
27
28
Polyurethane Enamel)
28
29
1 coat, 2.5 mils
29
30
372 SF/GAL/coat
30
31
*Replace F2 with F2E for exterior environment.
31
32
32
33
2.
System #2 - NOT USED. -
33
34
34
35
3.
System #3 - Epoxy-Polyamide Primer with Epoxy-Polyamide or
35
36
Acrylic Polyurethane Enamel Top Coats.
36
37
37
38
Tnemec
38
39
39
40
P1=Series 66 Hi -Build Epoxoline VOC=3.42
40
41
(Epoxy-Polyamide)
41
42
1 coat, 2 mils
42
43
450 SF/GAL/coat
43
44
*F1=Series 66 Hi -Build Epoxoline
44
45
(Epoxy-Polyamide)
45
46
1 coat, 2 mils
46
47
450 SF/GAL/coat
47
48
*F1E=Series 73 Endura-Shield'III (Acrylic VOC=3.5
48
49
Polyurethane Enamel)
49
50
1 coat, 2.5 mils
50
51
372 SF/GAL/coat
51
52
*Replace F1 with FIE for exterior environment
52
53
53
City of Lubbock, Municipal Water Treatment - Contract 7
09905-5
01
4.
System #4 - Zinc -rich Urethane Primer with Epoxy-Polyamide or
01
02
Acrylic Polyurethane Enamel Top Coats.
02
03
03
r
04
Tnemec
04
`
05
05
06
P1=90-97 Tneme-Zinc (Zinc -Rich Urethane)
VOC=3.10
06
07
1 coat, 2.5 mils
07
08
244 SF/GAL/coat
08
09
*F1=Series 66 Hi -Build Epoxoline
VOC=3.42
09
10
(Epoxy-Polyamide)
10
11
1 coat, 3 mils
11
12
300 SF/GAL/coat
12
13
*FIE=Series 73 Endura -Shield III (Acrylic
VOC=3.50
13
14
Polyurethane Enamel)
14
15
1 coat, 2.5 mils
15
16
17
372 SF/GAL/coat
*Replace F1 with F1E for exterior environment
16
17
18
16
19
5.
System #5 - Moisture -Cured Urethane Primer with
Epoxy-Polyamide
19
20
or Acrylic Polyurethane Enamel Top Coats.
20
I
21
21
22
Tnemec
22
23
23
24
P1=50-330 Poly-*tUra-Prime (Moisture -Cured
VOC=3.42
24
25
Urethane)
25
26
1 coat, 2.5 mils
26
27
327 SF/GAL/coat
27
ii
28
*Fl=Series 66 Hi -Build Epoxoline
VOC=3.42
28
29
(Epoxy-Polyamide)
29
30
1 coat, 4 mils
30
j
31
225 SF/GAL.coat
31
32
*F1E=Series 73 Endura -Shield III (Acrylic
VOC=3.50
32
33
34
Polyurethane Enamel)
1 coat, 4 mils
33
34
35
233 SF/GAL/coat
35
36
*Replace F1 with F1E for exterior environment.
36
C
37
37
38
6.
System #6 - NOT USED.
38
39
39
40
7.
System #7 - NOT USED.
40
41
41
l
42
8.
System #8 - NOT USED.
42
43
43
44
9.
System #9 - NOT USED.
44
�'
45
45
46
10.
System #10 - Epoxy-Polyamide Primer with Epoxy-
Polymide and/or
46
47
Acrylic Polyurethane Enamel Top Coats.
47
48
48
49
Tnemec
49
50
51
P1=Series 66 Hi -Build Epoxoline
VOC=3.42
50
51
52
(Epoxy-Polyamide)
52
53
1 coat, 3 mils
53
P
�I
4 I
City of Lubbock, Municipal Water Treatment - Contract 7
09905-6
O1
300 SF/GAL/coat
02
F1=Series 66 Hi -Build Epoxoline
VOC=3.42
03
(Epoxy-Polyamide)
04
1 coat, 3 mils
05
300 SF/GAL/coat
06
*F2=Series 73 Endura -Shield III
VOC=3.50
07
(Acrylic Polyurethane Enamel)
08
1 coat, 2.5 mils
09
.372 SF/GAL/coat
10
* Add F2 for exterior environment.
11
12
11.
System #11 - Zinc -Rich Urethane Primer.
13
14
Tnemec
15
16
P1=90-97 Tneme-zinc (Zinc -Rich Urethane)
VOC=3.10
17
1 coat, 3.5 mils -
18
174 SF/GAL/coat
19
20
12.
System #12 - NOT USED.
21
22
13.
System #13 - NOT USED.
23
24
14.
System #14 - NOT USED.
25
26
15.
System #15 - NOT USED.
27
28
16.
System #16 - NOT USED.
29
30
17.
System #17 - NOT USED.
31
32
18.
System #18 - NOT USED.
33
34
19.
System #19 - Epoxy-Polyamide Coating.
35
36
Tnemec
37'
38
P1=Series 66 Hi -Build Epoxoline
VOC=3.42
39
(Epoxy-Polyamide)
40
1 coat, 5 mils
41
180 SF/GAL/coat
42
43
20.
System #20 - NOT USED.
44
45
21.
System #21 - NOT USED.
46
47
22.
System #22 - NOT USED.
48
49
23.
System #23 - NOT USED.
50
51
24.
System #24 - NOT USED.
52'
53
City of Lubbock, Municipal Water Treatment -
Contract 7
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
09905-7
C
01
PART 3
- EXECUTION
O1
02
02
03
3.01
ITEMS TO BE PAINTED
03
R
04
04
05
A.
Exposed Exterior Surfaces including:
05
�1
06
1. Plain, insulated, or wrapped piping, valves, fittings, hydrants,
06
�!
07
and appurtenances; except when covered by lagging.
07
08
2. Ferrous metals.
08
09
3. Clarifier mechanisms coatings damaged by contract work.
09
10
4. Any surfaces damaged by Contractor Operations.
11
110
1
12
B.
New and/or Existing Equipment:
12
13
1. Paint new and/or existing -equipment, except:
13
14
a. Where noted in Article 3.02.
14
15
b. Where specified elsewhere in the Contract Documents.
15
16
17
3.02
ITEMS NOT TO BE PAINTED
16
17
18
18
19
A.
General: Do not paint items listed in Article 3.02 unless
19
20
specifically noted in the Contract Documents to be painted.
20
21
21
22
B.
with Approved Factory Finish:
22
t`
23
,Items
1. Do not field paint items with Approved Factory Finishes, as
23
P�
24
defined; including the following:
24
25
a. Storage equipment.
25
26
b. HVAC equipment.
26
27
27
{
28
C.
Electrical Equipment:
28
29
1. Do not field paint certain items of electrical equipment as
29
i"
30
listed in Section 11005; except where painting is specifically
30
31
stated elsewhere in these Contract Documents, or where the
31
32
equipment is subject to a corrosive environment. The list of
32
33
equipment includes specific types of equipment with Approved
33
34
Factory Finishes.
34
d l
l
35
35
36
D.
Surfaces Hidden from View including:
36
37
1. Conduit.
37
38
2. Ducts.
38
39
3. Insulation.
39
40
4. Structural steel and steel joist.
40
�I
41
S. Miscellaneous steel.
41
42
6. Note: (Manufacturer's standard coatings, if any, may remain).
42
43
43
I'
44
E.
Other Items:
44
45
1. Stainless steel surfaces except:
45
46
a. Piping.
46
47
b. Banding as required to identify piping.
47
48
2. Aluminum surfaces except:
48
49
a. where specifically shown in the Contract Documents.
49
50
51
b. where imbedded in concrete.
c. Where in contact with dissimilar metals.
50
51
52
3. Fiberglass surfaces except:
52
53
a. Fiberglass piping.
53
r
p
e
City of Lubbock, Municipal.Water Treatment - Contract 7
r
i
09905-8
O1
b. Piping appurtenances.
01
02
4. Interior of pipe, ductwork, and conduits.
02
03
5. Moving parts of mechanical and electrical units where painting
03
04
would interfere with the operation of the unit..
04
05
6. Code labels and equipment identification and rating plates.
05
06
7. Exterior concrete or precast concrete surfaces.
06
07
S. Face brick: Ceramic tile; quarry tile; plastic laminate.
07
08
9. Surfaces to be lagged including:
08
09
a. Piping.
09
10
b. Ductwork.
10
11
10. Steel deck except where specifically specified to be painted.
11
12)
11. Contact surfaces of friction -type connections.,
12
13
12. Lagging on pipe and ducts..
13
14
14
15
3.03
SCHEDULE OF PAINTING SYSTEMS
15
16
16
17
PAINTING
17
18
SYSTEM
18
19
NUMBER
19
20
_______=
20
21
A.
Structural Steel:
21
22
1. All surfaces. 1
22
23
23
24
B.
Ferrous Metals: 1
24
25
1. Except structural steel, steel joist, galvanized steel,
25
26
steel doors, steel door and window frames, and products
26
27
with approved factory finishes, and ferrous metals
27
28
subject to corrosive environment.
28
29
2. Includes steel piping steel handrails and guardrails,
29
30
steel stairs, pumps, and similar items. Does not include
30
31
ferrous metals -subject to corrosive environment.
3L
32
32
33
C.
Galvanized Metals:
33
34
1. Field cut edge where top coat is required. 4
34
35
2. Assembled galvanized steel items. 3
35
36
3. Field touch-up of galvanized surfaces not requiring 11
36
37
a finish top coat.
37
38-
38
39
D.
Steel equipment with factory -applied prime or finish 5
39
40
including:
40
41
1. Equipment specifically indicated in the Contract Documents
41
42
to be painted. Factory -applied coats to remain.
42
43
43
44
E.
Plastic Surfaces:
44
45
1. PVC,.FRP, and CPVC surfaces. 3
45,
46
46
47
F.
Pipe, Valves, and Fittings:
47
48
1. Steel and cast-iron. 1
48
49
2. Stainless. 1
49
50
3. Brass and bronze. 3
50
51
4. PVC, FRP, and CPVC. 3
51
52
52
53
G.
Bituminous Coated Pipe and Material. 10
53
City of Lubbock,. Municipal.Water Treatment - Contract 7
r
37
} 38
39
20
1'
01
iI
02
�.,
23
03
24
{ `
04
G,.
26
32
05
33
06
�.
j
07
36
08
51
09
52
10
53
11
12
13
14
15
16
17
18
19
37
} 38
39
20
40
21
iI
22
�.,
23
P
24
{ `
25
G,.
26
37
} 38
39
40
27
iI
28
29
30
31
G,.
45
32
33
34
35
36
37
} 38
39
H. Aluminum buried in concrete and between dissimilar metals
which are not below liquid level.
09905-9
19
I. Ferrous metals subject to corrosive environment including 1
ferrous metal components of clarifier mechanisms, and similar
items.
3.04 PREPARATION
A. General:
1. Prepare surfaces to be painted in accordance with coating
manufacturer's instructions and this Section.
2. Remove all dust, grease, oil, compounds, dirt and other foreign
matter which would prevent bonding of coating to surface.
B. Protection:
1. Protect surrounding surfaces not to be coated.
2. Remove and protect hardware, accessories, plates, fixtures,
finished work, and similar items; or provide ample in-place
protection.
C. Prepare and Paint Before Assembly: Where equipment is subject to
corrosive environment, prepare and paint, before assembly, all
surfaces which may be subject to corrosive environment which are
inaccessible after assembly.
D. Ferrous Metal:
1. Complete fabrication, welding or burning before beginning
surface preparation.
a. Chip or grind off flux, spatter, slag or other laminations
left from welding.
b. Remove mill scale.
c. Grind smooth rough welds and other sharp projections.
2. Surfaces subject to corrosive environment including clarifier
mechanisms:
a. Near -white blast clean in accordance with SSPC SP -10.
3. Interior and exterior surfaces not subject to corrosive
environment (including structural steel surfaces):
a. Commercial blast clean in accordance with SSPC SP -6.
b. Engineer reserves right to accept preparation of these
surfaces in accordance with SSPC SP -3 for areas not
practical or possible to abrasive blast to SSPC SP -6
requirements.
4. Surfaces of steel joists:
a. Power tool or hand clean in accordance with SSPC SP -2 or
SP3.
S. Bituminous coated ductile iron pipe: Commercial blast clean in
accordance with SSPC SP -6.
E. Hollow Metal:
1. Solvent clean in accordance with SSPC SP -1.
City of Lubbock, Municipal Water Treatment Contract 7
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
40
41
42
43
44
4 !
45
46
47
48
49
50
51
52
53
H. Aluminum buried in concrete and between dissimilar metals
which are not below liquid level.
09905-9
19
I. Ferrous metals subject to corrosive environment including 1
ferrous metal components of clarifier mechanisms, and similar
items.
3.04 PREPARATION
A. General:
1. Prepare surfaces to be painted in accordance with coating
manufacturer's instructions and this Section.
2. Remove all dust, grease, oil, compounds, dirt and other foreign
matter which would prevent bonding of coating to surface.
B. Protection:
1. Protect surrounding surfaces not to be coated.
2. Remove and protect hardware, accessories, plates, fixtures,
finished work, and similar items; or provide ample in-place
protection.
C. Prepare and Paint Before Assembly: Where equipment is subject to
corrosive environment, prepare and paint, before assembly, all
surfaces which may be subject to corrosive environment which are
inaccessible after assembly.
D. Ferrous Metal:
1. Complete fabrication, welding or burning before beginning
surface preparation.
a. Chip or grind off flux, spatter, slag or other laminations
left from welding.
b. Remove mill scale.
c. Grind smooth rough welds and other sharp projections.
2. Surfaces subject to corrosive environment including clarifier
mechanisms:
a. Near -white blast clean in accordance with SSPC SP -10.
3. Interior and exterior surfaces not subject to corrosive
environment (including structural steel surfaces):
a. Commercial blast clean in accordance with SSPC SP -6.
b. Engineer reserves right to accept preparation of these
surfaces in accordance with SSPC SP -3 for areas not
practical or possible to abrasive blast to SSPC SP -6
requirements.
4. Surfaces of steel joists:
a. Power tool or hand clean in accordance with SSPC SP -2 or
SP3.
S. Bituminous coated ductile iron pipe: Commercial blast clean in
accordance with SSPC SP -6.
E. Hollow Metal:
1. Solvent clean in accordance with SSPC SP -1.
City of Lubbock, Municipal Water Treatment Contract 7
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
09905-10
01
F.
Galvanized Metal:
02
1. Solvent clean in accordance with SSPC SP -1.
03
04
G.
Gypsum Wallboard:
05
1. Repair minor irregularities left by finishers,
06
2. Avoid raising nap of paper.
07
3. Verify moisture content is less than 8 percent prior to
08
painting.
09
10
H.
Concrete and Concrete Block Masonry:
11
1. Cure for minimum of 28 day's.
12
2. Verify that moisture content is below 8 percent.
13
14
I.
Preparation by Abrasive Blasting:
15
1. Schedule the abrasive blasting operation so blasted surfaces
16
will not be wet after blasting and before painting.
17
2. Reblast surfaces allowed to set overnight prior to priming or
18
surfaces that show rust bloom.
19
3. Profile depth of blasted surface: Not less than l mil or
20
greater than 2 mils unless noted otherwise by coating
21
manufacturer.
22
4. Provide compressed air for blasting that is free of water and
23
oil. Provide accessible separators and traps.
24
S. Confine blast abrasives to area being blasted.
25
a. Provide shields of polyethylene sheeting or other such
26
barriers to confine blast material.
27
b. Plug pipes, holes, or openings before blasting and keep
28
plugged until blast operation is complete and residue is
29
removed.
30
6. Protect nameplates, valve stems, rotating equipment, motors and
31
other items that may be damaged from blasting.
32
7. Reblast surfaces not meeting requirements of these
33
Specifications.
34
8. Do not reuse abrasive blasting material.
35
9. Properly dispose of blasting material which has been
36
contaminated with debris from blasting operation.
37
38
J.
Take samples of existing paint film, which is to be removed by
39
abrasive blasting, and have samples tested by a testing laboratory
40
to determine if existing paint film contains lead, asbestos or any
41
other health hazard. If existing paint film is found to contain
42
lead, asbestos, or any other health hazard, notify the Engineer
43
immediately. Contractor shall prepare plan of action for safe
44
removal of contaminated paint.
45
46
K.
Preparation for Application of Liquid Water -Proofing Compound: High.
47
pressure water blast concrete surfaces with minimum water pressure
48
of 3000 psi measured at the tip. Water pressure should be
49
sufficient to remove curing compounds, form release agents and other
50
contaminants that might inhibit penetration of water -proofing
51
compound.
52
53
3.05
APPLICATION
City of Lubbock, Municipal Water Treatment- Contract 7
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
i
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
09905-11
A. General:
1. Mix and apply coatings by brush, roller, or spray in accordance
with manufacturer's installation instructions.
a. Application equipment must be inspected and approved in
writing by coating manufacturer.
2. Temperature and Weather Conditions:
a. Do not paint surfaces when surface temperature is below 50
DegF.
b. Avoid painting surfaces exposed to hot sun.
c. Do not paint on damp surfaces.
3. Apply structural steel and steel joist prime coat in the factory
and finish coats in the field.
4. Provide complete coverage to mil thickness specified.
a. Thickness specified is dry mill thickness.
b. All paint systems are "to -cover." In situations of
discrepancy between manufacturer's square footage coverage
rates and mil thickness, mil thickness requirements govern.
c. When color or undercoats show through, apply additional
coats until paint film is of uniform finish and color.
S. If so directed by Engineer, do not apply consecutive coats until
Engineer has had an opportunity to observe and approve previous
coats.
6. Apply materials under adequate illumination.
7. Evenly spread and flow on to provide full, smooth coverage.
8. Work each application of material into corners, crevices,
joints, and other difficult to work areas.
9. Avoid degradation and contamination of blasted surfaces and
avoid intercoat contamination.
a. Clean contaminated surfaces before applying next coat.
10. Smooth out runs or sags immediately, or remove and recoat
entire surface.
11. Allow preceding coats to dry before recoating.
a. Recoat within time limits specified by coating manufacturer.
12. Allow coated surfaces to cure prior to allowing traffic or
other work to proceed.
13. Coat all aluminum in contact with dissimilar materials.
B. Prime Coat Application:
1. Prime all surfaces indicated to be painted. Touch up damaged
primer coats prior to finish coats. Restore primed surface
equal to surface before damage.
2. Ensure field -applied coatings are compatible with
factory -applied coatings.
a. Employ services of coating manufacturer's qualified
technical representative to determine if factory -applied
coatings are compatible with proposed field -applied
coatings. If factory -applied coating is found to be not
compatible with proposed field -applied coatings, require th
coating manufacturer's technical representative to
recommend, in writing, product to be used as barrier coat,
thickness to be applied, surface preparation, and method of
application.
City of Lubbock, Municipal Water Treatment - Contract 7
01
02
03
04
OS
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
09905-12
b. At Contractor's option, factory -applied coatings may be
removed, surface reprepared, and new coating applied using
appropriate paint system listed in paragraph 2.02 E.
3. Apply primer to abrasive blasted surface the same day the
surface is blasted and before rust bloom occurs.
4. Prime ferrous metals embedded in concrete to minimum of 1 IN
below exposed surfaces.
5. Apply zinc -rich primers while under continuous agitation.
6. Ensure abrasive blasting operation does not result in embedment
of abrasive particles in paint film.
7.. Brush or spray bolts, welds, edges and difficult access areas
with primer prior to primer application over entire surface.
S. Backroll concrete, masonry, gypsum board and plaster surfaces
with a roller if primer has been spray applied.
9. Fill all pores of concrete block completely using block filler
specified.
C. Finish Coat Application:
1. Apply finish coats in accordance with coating manufacturer's
,written instructions and as written in this Section.
2. Touch up damaged finish coats using same application method and
same material specified for finish coat. Prepare damaged area
in accordance with Article 3.04.
3.06 COLOR CODING
A. Color and band piping in accordance with Article 3.09 of this
Section.
1. Band piping using maximum of three different colors at 20 FT
maximum centers.
2. Place bands:
a. Along continuous lines.
b. At changes in direction.
c. At changes of elevation.
d. On both sides of an obstruction (i.e., wall, ceiling) that
painted item passes through.
3. Band width for individual colors (pipe diameter measured to
outside of insulation):
a. Piping up to 8 IN DIA: 2 IN minimum.
b. Piping greater than 8 IN up to 24 IN DIA: 4 IN minimum.
c. Piping greater than 24 IN up to 48 IN DIA: 6 IN minimum.
d. Piping greater than 48 IN DIA: 8 IN minimum.
3.07 FIELD QUALITY CONTROL
A. Maintain daily record showing:
1. Start date and time of -work in each area.
2. Date and time of application for each following coat.
3. Moisture content of substrate.
4. Provisions utilized to maintain temperature and humidity of work
area within manufacturer's recommended ranges.
B. Where a wall or ceiling is disturbed and patched', repaint entire
City of Lubbock, Municipal Water Treatment = Contract 7
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
09905-13
O1
wall or ceiling.
01
02
02
03
C.
Measure wet paint with wet film thickness gages.
03
04
04
05
D.
Measure paint dry film thickness with Mikrotest gage calibrated
05
06
against National Bureau of Standards "Certified Coating Thickness
06
07
Calibration Standards."
07
08
1. Engineer may measure paint thickness at any time during project
08
09
to assure conformance with specifications.
09
10
10
11
E.
Measure surface temperature of items to be painted with surface
11
12
temperature gage specifically designed for such.
12
13
13
14
F.
Measure substrate humidity with humidity gage specifically designed
14
15
for such.
15
16
16
17
G.
Provide wet paint signs.
17
18
18
19
3.08
CLEANING
19
20
20
21
A.
Clean paint spattered surfaces. Use care not to damage finished
21
22
surfaces.
22
23
23
24
B.
Upon completion of painting, replace hardware, accessories, plates,
24
25
fixtures, and similar items.
25
26
26
27
C.
Remove surplus materials, scaffolding, and debris. Leave areas
27
28
broom clean.
28
29
29
30
3.09
SCHEDULE
30
31
31
32
A.
Piping and Pipe Banding Color Schedule (Colors based on Tnemec):
32
33
33
34
SERVICE PIPE COLOR BANDING COLOR
34
35
35
36
Water Piping:
36
37
Potable Blue-BB52
37
38
38
39
Air: Yellow-AM72 White/Gray
39
40
AA90/AE12
40
41
BG42G
41
42
42
43
43
44
44
45
END OF SECTION
45
City of Lubbock, Municipal Water Treatment - Contract 7
(THIS PAGE LEFT BLANK INTENTIONALLY)
DMSION 10
SPECIALTIES
(THIS PAGE LEFT BLANK INTENTIONALLY)
10400-1
O1
91F19 SECTION 10400
01
02
02
03
IDENTIFICATION, STENCILING, AND TAGGING SYSTEMS
03
04
04
as
05
06
06
PART 1 - GENERAL
07
07
08
08
1.01 SUMMARY
09
09
10
A. Section Includes:
10
11
1. Identification, stenciling, and tagging of piping, electrical
11
12
equipment, and valves, pumps, ductwork, process equipment and
12
13
similar items and including hazard and safety signs.
13
14
14
15
B. Related Sections include but are not necessarily limited to:
15
16
1. Division 0 - Bidding Requirements, Contract Forms, and
16
17
Conditions of the Contract.
17
18
2. Division 1 - General Requirements.
18
19
3. Section 09905 - Painting and Protective Coatings.
19
20
20
21
21
1.02 QUALITY ASSURANCE
22
22
23
A. Referenced Standards:
23
24
1. American National Standards Institute (ANSI):
24
25
a. A13.1, Scheme for identification of Piping Systems.
25
26
26
27
27
1.03 SUBMITTALS
28
28
29
29
A. Shop Drawings:
30
30
1. See Section 01340.
31
2. Product technical data including:
31
32
a. Acknowledgement that products submitted meet requirements of
32
33
standards referenced.
33
34
b. Identification register listing all items to be identified,
34
35
type of identification system to be used, lettering,
35
36
location and color.
36
37
c. Catalog information for all tagging systems.
37
38
d. Updated, complete, identification register with
38
39
nonconflicting numerical assignments submitted prior to
39
40
project acceptance.
40
41
41
42
42
43
43
PART 2 - PRODUCTS
44
44
45
45
2.01 MANUFACTURED UNITS
46
46
47
A. Metal Tags (Type A):
47
48
1. Approved manufacturers:
48
49
a. W H Brady Co., Catalog 5-10, #23210 (1-1/2 IN Brass), #23211
49
50
(2 IN brass), #B-906 (2 IN aluminum).
50
51
b. National Band and Tag Co., Catalog 862, Style 81 or Style
51
52
93.
52
53
c. Carlton Industries, Inc., #8813 or #8814 (aluminum), #BT -220
53
City of Lubbock, Municipal Water Treatment - Contract 7
10400-2
01
or #BT -230 (brass).
01
02
2.
Material: Brass or aluminum, optional, except where specified.
02
03"
3.
Size:
03
04
a. 1-1/2 IN DIA for one line of text, 2 IN DIA for two lines.
04
05
b. Brass: 0.04 IN..
05
06
c. Aluminum: 0.04 IN.
06
07
4.
Legend: Stamped and filled.
07
08
08
09
B.
Fiberglass Reinforced Plastic Tags (Type B):
09
10
1.
Approved manufacturers and catalog numbers:
10
11
a. W H Brady Co., Catalog S-10, #B-120.
11
12
b. Or approved equal.
12
13
2.
Material: Fiberglass reinforced plastic.
13
14
3.
Size: Approximately 2 x 2 IN.
14
15
4.
Legend: Preprinted and permanently embedded.
15
16
16
17
C.
Laminated Plastic Tags (Type C):
17
18
1.
Approved manufacturers and catalog numbers:
18
19
a. W H.Brady Co., Catalog S-10, #B-911.
19
20
b. Or approved equal.
20
21
2.
Material: Polyester laminate.
21
22
3.
Size: Approximately 2 x 2 IN.
22
23
4.
Legend: Preprinted and permanently embedded.
23
24
24
25
D.
Fiberglass Reinforced Plastic Signs (Type D):
25
26
1.
Approved manufacturers and catalog numbers:
26
27
a. W H Brady Co., Catalog S-10, #B-120.
27
28
b. Or approved equal.
28
29
2.
Material: Fiberglass reinforced plastic.
29
30
3.
Size:
30
31
a. Surface: As scheduled.'
31
32
b. Thickness: 0.10 IN..
32
33
4.
Fabrication:
33
34
a. Rounded corners.
34
35
b. Drilled holes in corners with grommets.
35
36
S.
Legend: Preprinted and permanently embedded.
36-
37
37
38
E.
Phenolic Name Plates (Type. E):
38
39
1.
Approved manufacturers and catalog numbers:
39
40
a. W H Brady Co., Catalog S-10, #B-1.
40
41
b. Or approved equal.
41
42
2.
Materials: Phenolic.
42
43
3.
Size:
43
44'
a. Surface: As required for text.
44
45
b. Thickness: 1/16 IN.
45.
46
4.
Fabrication:
46
47
a. Three layers laminated.
47
48
b. Legend engraved through top -lamination into center
48
49
lamination.
49
50
C. Drilled holes with grommets for mounting.
50
51
51
52
F.
Pressure Sensitive Vinyl Cloth Markers (Type F):
52
53
1.
Approved manufacturers and catalog numbers:
53
City of Lubbock, Municipal Water Treatment — Contract 7
7
01
02
03
04
05
�.,
06
07
08
09
10
it 11
12
r� 13
!, 14
15
16
17
18
19
20
21
22
Flo 23
24
25
26
1^'
27
28
29
30
31
32
33
34
35
36
F
37
t 38
39
53
7
10400-3
a. W H Brady Co., Catalog S-10, #B-946.
b. Or approved equal.
2. Material: Self -sticking vinyl.
3. 'Size:
a. Surface: As required by text.
G. Underground Alarming Tape (Type G):
1. Approved manufacturers and catalog numbers:
a. W H Brady Co., Catalog S-10, #91296.
b. Or approved equal.
2. Material: Polyethylene.
3. Thickness: 3.5 mils.
4. Tensile strength: 1750 psi.
5. Size: 6 IN wide (minimum).
6. Legend: Preprinted and permanently imbedded.
a. Message continuous printed.
H. Stenciling System (Type H):
1. Material:
a. Exterior type stenciling enamel.
b. Black or white for best contrast.
c. Either brushing grade or pressurized spray can form and
grade.
I. Substitutions:
1. Submit requests for substitutions in accordance with
Specification Section 01640.
J. Acceptable Manufacturers and Catalog Numbers:
1. Products listed above by manufacturer and catalog number are
approved, subject to compliance with Contract Documents.
2.02 ACCESSORIES
A. Fasteners:
1. Bead chain: #6 brass or stainless steel (BC).
2. Plastic strap: Nylon, urethane or polypropylene (PS).
3. Screws: Self -tapping, stainless (screws).
4. Grommets: Stainless steel.
5. Anchor for brass tag: See paragraph 2.01 A.S.
6. Adhesive, solvent activated.
2.03 EXTRA MATERIALS
A. Furnish minimum of 5 percent extra stock of each identification
material required, including tags (not less than 3).
B. Where stenciled markers are provided, clean and retain stencils
after completion and include in extra stock, along with required
stock of paints and applicators.
PART 3 - EXECUTION
City of Lubbock, Municipal Water Treatment - Contract 7
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
40
41
42
43
44
45
46
47
48
49
50
51
v
52
53
7
10400-3
a. W H Brady Co., Catalog S-10, #B-946.
b. Or approved equal.
2. Material: Self -sticking vinyl.
3. 'Size:
a. Surface: As required by text.
G. Underground Alarming Tape (Type G):
1. Approved manufacturers and catalog numbers:
a. W H Brady Co., Catalog S-10, #91296.
b. Or approved equal.
2. Material: Polyethylene.
3. Thickness: 3.5 mils.
4. Tensile strength: 1750 psi.
5. Size: 6 IN wide (minimum).
6. Legend: Preprinted and permanently imbedded.
a. Message continuous printed.
H. Stenciling System (Type H):
1. Material:
a. Exterior type stenciling enamel.
b. Black or white for best contrast.
c. Either brushing grade or pressurized spray can form and
grade.
I. Substitutions:
1. Submit requests for substitutions in accordance with
Specification Section 01640.
J. Acceptable Manufacturers and Catalog Numbers:
1. Products listed above by manufacturer and catalog number are
approved, subject to compliance with Contract Documents.
2.02 ACCESSORIES
A. Fasteners:
1. Bead chain: #6 brass or stainless steel (BC).
2. Plastic strap: Nylon, urethane or polypropylene (PS).
3. Screws: Self -tapping, stainless (screws).
4. Grommets: Stainless steel.
5. Anchor for brass tag: See paragraph 2.01 A.S.
6. Adhesive, solvent activated.
2.03 EXTRA MATERIALS
A. Furnish minimum of 5 percent extra stock of each identification
material required, including tags (not less than 3).
B. Where stenciled markers are provided, clean and retain stencils
after completion and include in extra stock, along with required
stock of paints and applicators.
PART 3 - EXECUTION
City of Lubbock, Municipal Water Treatment - Contract 7
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
10400-4
O1
02
3.01
INSTALLATION
Ol
02
03
03
04
A.
Install tagging, stenciling, and identification items at required
04
05
locations.
05
06
06
07
B.
Provide arrows and markers on�piping and ducts.,
07
08
1. At 20 FT maximum centers along continuous lines.
08
09
2. At changes in direction (route) or obstructions.
09,
10
3. At valves, risers, "T" joints, machinery or equipment.
10
it
4. Where pipes and ducts pass through floor, wall, ceiling,
11
12
cladding assemblies and like obstruction.
12
13`
a. Provide markers on both sides of obstruction.
13
14
14
15
C.
Position markers on both sides of pipe or duct with arrow markers
is
16
pointing in flow direction. If flow is in both directions use
16
17
double headed arrow markers.
17
18
- .
18
19
D.
Apply tapes and stenciling in uniform manner parallel to piping and
19
20
ducts.
20
21
21
22
E.
Attach tags to equipment with sufficientsurfaceor body area with
22
23
solvent activated adhesive applied to back of each tag.
23
24
24
25
F.
Attach tags with 1/8 IN round or flat head screws to equipment
25
26
without sufficient surface or body area, or porous surfaces.. Where
26
27
attachment with screws should not or cannot penetrate substrate,
27
28
attach with plastic strap.
28
29
29
30
G.
Single items of equipment enclosed in a housing or compartment to be
30
31
tagged on outside of housing. Several items of equipment mounted in
31
32
housing to be individually tagged inside the compartment.
32
33
-
33
34
H.
For electrical trenches with duct banks or directly buried cable,
34
35
install underground hazard tape 6 IN below finished grade where
35
36
conduit or duct bank is 12 IN or more below finished grade, and 3 IN
36
37
below finished grade where conduit or duct bank is less than 12 IN
37
38
below finished grade.
38
39
39
40
3.02
SCHEDULE
40
41
41
42
A.
Identify, tag, or stencil the items shown in the following schedule:
42
43
43
44
ITEM ID TYPE FASTENER
44
45
assn Haas=ac sari==== _
45
46
1. Yard valves, buried, with A
46
47
valve box and concrete pad. Brass only Embedded
47
48
a. Fastener: Use 'tag with
48
49
anchor. Embed in
49.
50
concrete pad.
50
51
b. Legend: Valve desig-
51
52
nation as indicated on
52
53
Contract Drawings.
53
City of Lubbock, Municipal Water Treatment — Contract 7
10400-5
01
2.
Valves and slide gates:
01
02
a. Exterior:
A or B BC or PS
02
03
b. Interior:
A or B BC or PS
03
04
c. Legend: Item designation
04
OS
as indicated on Contract
05
06
Drawings.
06
07
3.
Pumps, pump motors, blowers,
A,B or H Screws or
07
08
air compressors, and other
Adhesive
08
09
rotating equipments
09
10
a. Legend: Item designation
10
11
as indicated on Contract
11
12
Drawings, e.g., Primary
12
13
Sludge Pump P-212.
13
14
4.
Instrumentation, e.g., flow
A or B BC or PS
14
15
control valves, primary elements,
15
16
etc.:
16
17
17
a. Legend: Item designation
18
as indicated on Contract
18
19
Documents.
19
20
S.
Process equipment tanks and
D or H Screws
20
21
basins, e.g., grit washers,
21
22
bar screens, clarifiers,
22
23
trickling filters, bio -discs,
23
24
digester covers, etc:
24
25
a. Legend: Item designation
25
26
indicated on Contract
26
27
Documents.
27
28
b. Size: 7 x 10.
28
29
c. Letters: 1 IN high black
29
30
letters on white background.
30
31
6.
Piping:
F or H N/A
31
32
a. Legend: Item designation
32
33
as indicated on Contract
33
34
Documents.
34
35
b. In accordance with ANSI
35
36
13.1.
36
37
c. As specified herein and in
37
38
Section 09905.
38
39
7.
Miscellaneous tanks, e.g.,
F or H N/A
39
40
break tanks, chemical tanks,
40
41
expansion tanks, hydropneumatic
41
42
tanks, air receivers, etc.
42
43
a. Legend: Item designation as
43
44
indicated on Contract Drawings.
44
45
b. Size: As required by legend.
45
46
c. Letters: 1 IN high black
46
47
letters on white background.
47
48
S.
HVAC equipment:
48
49
a. If possible:
D or H Screws
49
50
- Alternate, with
50
51
approval of shop
51
52
drawing by Engineer.
A or B BC or PS
52
53
b. Legend: Item description
53
City of Lubbock, Municipal water Treatment - Contract 7
City of Lubbock, Municipal Water Treatment - Contract 7
10400-6'
01
as indicated on Contract
01
02
Drawings.
03
C. Size: As required by legend.
02
03
04
d. Letters: 1 IN high black
04
05
letters on white background.
05
06
9. Enclosures for electrical, D
Screws
06
07
mechanical, and I&C equipment,
07
08
e.g., motor control centers,
08
09
panelboards, switchboards,
09
10
safety switches, control
_
10
11
panels, PLCs, etc., that'have
11
12
a name and number as shown
12
13
on the Contract Drawings.
13
14
a. Legend: Name and number
14
15
of enclosure as indicated on
15
16
the Contract Drawings.
16
17
b. Size: As required by legend.
17 ^
18
C. Letters: 1 IN black
18
19
letters on white background.
19
20
10. Panel -mounted controllers: E
Screws or
20 '-
21
a. Controller faceplate:
Adhesive
21
22
- Legend: Instrument tag
22
23
number; process variable;
23
24
variable units.
24
25
- Size: As required by
25
26
legend.
26
27
- Letters: 1/4 IN high
27
28
letters. White letters
28
29
with black background
29
30
b. Controller case (visible from
30 —
31
panel back):
31
•32
- Legend: Instrument tag
32
33
number.
33
34
- Size: As required by
34
35
legend. .
35
36
- Letters: 1/4 IN high
36
37
letters. White letters
37 —
38
with black background.
88
39
11. Nameplate for elements or E
Screws
39
40
components within or surface
40 —
41
mounted on enclosures for
41
42
electrical, mechanical, and
42
43
I&C equipment including
43
44'
switches, instruments, etc:
44
45
a. Legend: Name and number
45
46
of each element or
46
47
component as indicated on the
47 --
48
Contract Drawings.
48
49
b. Size: As required by
49
50
legend.
50 _
51
C. Letters: 1/2 IN high
51
52
letters for element or
52
53
component names and 1/4 IN
53
City of Lubbock, Municipal Water Treatment - Contract 7
10400-7
01
high letters for element or
01
02
component number. White
02
03
letters with black
03
04
background.
04
05
12.
Electrical wiring and cables F
Self
05
06
carrying 600 V or less:
06
07
a. Legend: Wire or cable
07
08
number as shown on Contract
08
09
Drawings, on each end of
09
10
each wire or cable.
10
11
b. Size: As required by
11
12
legend.
12
13
13
c. Letters: Minimum 1/4 IN
14
high yellow letters on
14
15
standard background.
15
16
13.
Electrical wires and cables B or C
PS
16
17
carrying over 600 V:
17
18
18
a. Legend: Name of wire or
19
cable and circuit
19
20
designation. Phase
20
21
designation A, B, C.
21
22
Multiple conductor
22
23
circuits designated Al,
23
24
A2, A3., Bl, etc., so
24
25
each cable has unique
25
26
designation. Also, brief
26
27
name of circuit designation.
27
28
Mark each end of each wire
28
29
or cable.
29
30
30
b. Size: 2 x 3 IN minimum.
31
c. Letters: 1/4 IN high
31
32
black letters on yellow
32
33
background.
33
34
14.
Electrical conduit carrying F
Self
34
35
over 600 V:
35
36
36
a. Legend: Word "DANGER"
37
followed by voltage from
37
38
feeder and name and number
38
39
of item being fed by feeder.
39
40
Mark each end of conduit.
40
41
b. Size: As required by
41
42
legend.
42
43
c. Letters: 1/2 IN high black
43
44
letters on orange
44
45
background.
45
46
d. Interval:
46
47
15.
Electrical panelboards with F
Self
47
48
120 V or more:
48
49
49
a. Legend:
50
50
b. Size:
51
51
52
16.
c. Letters:
Electrical trenches with duct G
N/A
52
53
banks or directly buried
53
City of Lubbock, Municipal Water Treatment - Contract 7
10400-8
01
conduit:
02
a. Legend: CAUTION CAUTION CAUTION Ust line),
03
BURIED ELECTRIC LINE (2nd line).
04
b. Letters: 1-1/4 IN minimum.
.05
c. Interval: Continuous.
06
d. Color: Red with black letters.
07
17.
Trenches with direct buried or G
N/A
08
conduit encased telephone lines:
09
a. Legend: CAUTION CAUTION CAUTION (1st line),
10
BURIED TELEPHONE LINE (2nd line).
11
b. Letters: 1-1/4 IN minimum.
12
c. Interval: Continuous.
13
d. Color: Orange with black
14
letters.
15
18.
Buried natural gas piping: G
N/A
16
a. Legend: CAUTION CAUTION CAUTION (1st line),
17
BURIED GAS LINE (2nd line).
18
b. Letters: 1-1/4 IN minimum.
19
c. Interval: Continuous.
20
d. Color: Yellow with black
21
letters, except 3 IN and
22
smaller irrigation pipe.
23
19.
Buried potable water piping: G,
N/A
24
a. Legend: CAUTION CAUTION CAUTION (1st line),
25
BURIED WATER LINE (2nd line).
26
a. Letters: 1-1/4 IN minimum.
27
b. Interval: Continuous. -
28
c. Color: Blue with black letters.
29
20.
Buried storm and sanitary sewer G
N/A
30
lines:
31
a. Legend: CAUTION CAUTION CAUTION (1st line),
32
BURIED SEWER LINE'(2nd line).
33•
b. Letters: 1-1/4 IN minimum.
34
c. Interval: Continuous.
35
d. Color: Green with black letters.
36
21.
Buried sample water piping: G
N/A.
37
a. Legend: CAUTION CAUTION CAUTION (1st line),
38
BURIED SAMPLE WATER LINE (2nd line).
39
b. Letters: 1-1/4 IN minimum.
40
c. Interval: Continuous.
41
d. Color: Green with black letters.
42
22.
Trenches with direct buried or G
N/A
43
conduit encased computer or SCADA
44
system communications lines:
45
a. Legend: CAUTION CAUTION CAUTION (lst line),
46
BURIED COMPUTER LINE (2nd line).
47
b. Letters: 1-1/4 IN minimum.
48
c. Interval: Continuous.
49
d. Color: Orange with black
50
letters.
51
23.
Buried chemical feed piping, e.g. G N/A
52
chlorine solution, polymer solution,
53'
caustic solution, etc.:
City of Lubbock, Municipal Water Treatment. -...Contract 7
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
City of Lubbock, Municipal Water Treatment - Contract 7
10400-9
01
a. Legend: CAUTION CAUTION CAUTION (1st line),
01
02
BURIED CHEMICAL LINE (2nd line).
02
03
b. Letters: 1-1/4 IN minimum.
03
04
c. Interval: Continuous.
04
05
d. Color: Yellow with black
05
06
letters.
06
07
07
08
LEGEND OF SCHEDULES IN ARTICLES 3.02 AND 3.03 ABOVE:
08
09
09
10
1.
Type of Sign and Size:
10
11
li
12
12
D = DANGER
13
13
C = CAUTION
14
SI = SAFETY INSTRUCTIONAL
14
15
Size: height x width
15
16
16
17
2.
Vendor Catalog Identification:
17
18
Brady Catalog 5-10.
18
19
19
20
20
3.
Orientation:
21
21
22
L = Landscape (Horizontal)
22
23
P = Portrait (Vertical)
23
24
24
25
4.
Legend: Additional legend after word or words in panel, or
25
26
complete legend where sign has no panel.
26
27
27
28
5.
Location: Place on wall or column, except as noted. Normal
28
29
height to center of sign: 6 FT.
29
30
30
31
END OF SECTION
31
City of Lubbock, Municipal Water Treatment - Contract 7
(THIS PAGE LEFT BLANK INTENTIONALLY)
10444-1
1
SECTION 10444
2
3
SIGNAGE
4
5
6
PART 1
- GENERAL
7
8
1.01
SUMMARY
9
10
A.
Section Includes:
11
1. Plaques.
12
13
B.
Related Sections include but are not necessarily limited to:
14
1. Division 0 - Bidding Requirements, Contract Forms, and
15
Conditions of the Contract.
16
2. Division 1 - General Requirements.
17
18
1.02
QUALITY ASSURANCE
19
20
A.
Referenced Standards:
1. American Society for Testing and Materials (ASTM):
21
22
a. B26, Standard Specification for Aluminum - Alloy Sand
23
Castings.
24
25
1.03
SUBMITTALS
26
27
A.
Shop Drawings:
28
1. See Section 01340.
29
2. Product technical data including:
Acknowledgement that products submitted meet requirements
30
31
a.
of standards referenced.
32
b. Manufacturer's installation instructions.
33
c. Color charts for Engineer's color selection.
34
3. Plaque showing finish, size, letter style, text border and
35
installation detail.
36
37
38
B.
Samples:
1. Sample of plaque and exterior signage finish.
39
40
41
PART 2
- PRODUCTS
42
43
2.01
ACCEPTABLE MANUFACTURERS
44
45
A.
Subject to compliance with the Contract Documents, the
46
following Manufacturers are acceptable:
47
1. Building identification signage:
48
a. A R K Ramos Manufacturing Co., Inc.
49
b. Metal Arts.
50
c. Metallic Arts.
51
d. The Southwell Co.'
52
e. Andco Industries Corp.
53
54
B.
Submit.requests for substitution in accordance with Specification
55
Section 01640.
56
57
2.02
MATERIALS
58
59
A.
Plaque: Cast aluminum.
60
61
2.03
FABRICATION
62
63
A.
Plaque:
64
1. Size: 28 IN x 26 IN.
City of Lubbock, Municipal Water Treatment - Contract 7
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
10444-2
2. Cast letters.
3. Plaques layout shall be as indicated in Part 3.02.
PART 3 - EXECUTION
3.01 INSTALLATION
A. Install plaque as directed by Owner.
3.02 SCHEDULE
A. Provide plaque as follows:
28
CITY OF LUBBOCK
WATER TREATMENT
`
LIJE,®oCK,T ,9 PLANT IMPROVEMENTS LUBOOCK WATER UT&FTIEE
1990
1994
MAYOR
MAYOR
B. C."PECK" McMINN
DAVID R. LANGSTON
CITY COUNCIL
CITY COUNCIL
MAGGIE TREJO
VICTOR HERNANDEZ
T. J. PATTERSON
T. J. PATTERSON
M. J. 'BUD" ADERTON
WINDY SITTON
BILL MALOY
MAX INCE
GARY PHILLIPS
RANDY NEUGEBAUER
JOAN BAKER
ALEX" TY" COOKE
CITY MANAGER
CITY MANAGER
LARRY CUNNINGHAM
BOB CASS
ASSISTANT CITY MANAGER/UTILITIES DIRECTOR OF WATER UTILITIES
CARROLL McDONALD
TERRY ELLERBROOK
DIRECTOR OF WATER UTILITIES
WATER PRODUCTION & TREATMENT SUPT.
DAN A. HAWKINS, P.E.
BRUCE BLALACK
ENGINEERS
HDR ENGINEERING. INC.
P.R.H.11„ SMITH !COOPER. INC.
I Q (�
94
�i�'
RGENERAL EO RIVERCCONSTACUOOR CO.
/
END OF SECTION
City of Lubbock, Municipal'Water Treatment - Contract 7
DIVISION 11
EQUIPMENT
(THIS PAGE LEFT BLANK INTENTIONALLY)
i
30
31
32
33
34
4 35
36
37
38
39
40
41
42
43
44
45
46
r 47
t! 48
49
50
51
+ 52
53
92E13
PART 1 - GENERAL
1.01 SUMMARY
SECTION 11005
EQUIPMENT: GENERAL REQUIREMENTS
11005-1
A. Section Includes:
1. Requirements of this Section apply to all equipment provided on
the Project including that found in Divisions 11, 12, 13, 14,
15, and 16, even if not specifically referenced in individual
"Equipment" articles of those Specifications.
B. Related Sections include but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms, and
Conditions of the Contract.
2. Division 1 - General Requirements.
3. Section 03308 - Concrete, Materials and Proportioning.
4. Section 09905 - Painting and Protective Coatings.
S. Section 10400 - Identification, Stenciling, and Tagging Systems.
6. Section 15060 - Pipe and Pipe Fittings: General Requirements.
7. Section 16010 - Electrical: General Requirements.
1.02 QUALITY ASSURANCE
A. Referenced Standards:
1. Anti -Friction Bearing Manufacturers Association (AFBMA).
2. American Gear Manufacturers Association (AGMA).
3. American Society for Testing and Materials (ASTM):
a. A307, Standard Specification Carbon Steel Bolts and Studs,
60,000 psi Tensile Strength.
b. F593, Standard Specification for Stainless Steel Bolts, Hex
Cap Screws, and Studs.
4. Institute of Electrical and Electronics Engineers (IEEE):
a. 112, Standard Test Procedure for Polyphase Induction Motors
and Generators.
5. National Electrical Manufacturers Association (NEMA):
a. 250, Enclosures for Electrical Equipment.
b. ICS 6, Enclosures for Industrial Control and System.
c. MG1, Motors and Generators.
6. National Fire Protection Association (NFPA):
a. 70, National Electrical Code (NEC).
7. U.S. Department of Labor, Occupational Safety and Health
Administration (OSHA).
B. Miscellaneous:
1. A single manufacturer of a "product" to be selected and utilized
uniformly throughout Project even though:
a. More than one manufacturer is listed for a given "product"
in Specifications.
b. No manufacturer is listed.
City of Lubbock, Municipal Water Treatment - Contract 7
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01
02
r"
03
i{
04
05
06
07
08
09
�-+
10
11
12
r"
13
14
15
�..+
16
IR
17
18
19
20
EI:
21
22
!^
23
24
25
26
27
28
29
30
31
32
33
34
4 35
36
37
38
39
40
41
42
43
44
45
46
r 47
t! 48
49
50
51
+ 52
53
92E13
PART 1 - GENERAL
1.01 SUMMARY
SECTION 11005
EQUIPMENT: GENERAL REQUIREMENTS
11005-1
A. Section Includes:
1. Requirements of this Section apply to all equipment provided on
the Project including that found in Divisions 11, 12, 13, 14,
15, and 16, even if not specifically referenced in individual
"Equipment" articles of those Specifications.
B. Related Sections include but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms, and
Conditions of the Contract.
2. Division 1 - General Requirements.
3. Section 03308 - Concrete, Materials and Proportioning.
4. Section 09905 - Painting and Protective Coatings.
S. Section 10400 - Identification, Stenciling, and Tagging Systems.
6. Section 15060 - Pipe and Pipe Fittings: General Requirements.
7. Section 16010 - Electrical: General Requirements.
1.02 QUALITY ASSURANCE
A. Referenced Standards:
1. Anti -Friction Bearing Manufacturers Association (AFBMA).
2. American Gear Manufacturers Association (AGMA).
3. American Society for Testing and Materials (ASTM):
a. A307, Standard Specification Carbon Steel Bolts and Studs,
60,000 psi Tensile Strength.
b. F593, Standard Specification for Stainless Steel Bolts, Hex
Cap Screws, and Studs.
4. Institute of Electrical and Electronics Engineers (IEEE):
a. 112, Standard Test Procedure for Polyphase Induction Motors
and Generators.
5. National Electrical Manufacturers Association (NEMA):
a. 250, Enclosures for Electrical Equipment.
b. ICS 6, Enclosures for Industrial Control and System.
c. MG1, Motors and Generators.
6. National Fire Protection Association (NFPA):
a. 70, National Electrical Code (NEC).
7. U.S. Department of Labor, Occupational Safety and Health
Administration (OSHA).
B. Miscellaneous:
1. A single manufacturer of a "product" to be selected and utilized
uniformly throughout Project even though:
a. More than one manufacturer is listed for a given "product"
in Specifications.
b. No manufacturer is listed.
City of Lubbock, Municipal Water Treatment - Contract 7
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
11005=2'
O1
2. Equipment, electrical assemblies, related electrical wiring,
01
02
instrumentation, controls, and system components shall FULLY
02
03
comply with specific NEC area, and NEMA 250 and ICS -6
03
04
designations shown on Electrical Power Drawings and defined in
04
05
Section 16010.
05
06
06
07
1.03 DEFINITIONS
07
08
08
09
A. Product: Manufactured materials and equipment.
09
10
10
11
B. Equipment: One or more assemblies capable of performing a complete
11
12
function.. Mechanical, electrical, .instrumentation or other devices
12
13
requiring an electrical, pneumatic, electronic or hydraulic
13
14
connection. Not limited to items listed under "Equipment" article
14
15
within specifications.
15
16
16
17
1.04 SUBMITTALS-
17
18
19
A. Shop Drawings:
18
19
20
1. General for all equipment:
20
21
a. See Section 01340.
21
22
b. Acknowledgement that products submitted comply. with the
22
23
requirements of the standards referenced.
23
24
c. Sample form letter for equipment field certification.
24
25
d. Certification that equipment has been installed properly,
25,
26
has been initially started up, has been calibrated and/or
26
27
adjusted as required, and is ready for operation.
27
28
e. Manufacturers delivery, storage, handling, and installation
28
29
instructions.
29
30
f. Equipment identification utilizing numbering system and name
30
31
utilized in Drawings. 11
31
32
g. Equipment installation details:
32
33
1) Location of anchorage.
33
34
2) Type, size, and materials of construction of -anchorage.
34
35
3) Anchorage setting templates.
35
36
4) Manufacturers installation instructions.
36
37
h. Equipment area classification rating.
37
38
i. Shipping and operating weight.
38
39
J. Equipment physical characteristics:
39
40
1) Dimensions (both horizontal and vertical).
40
41
2) Materials of construction and construction details.
41
42
k. Equipment factory primer and paint data.
42
43
1. Manufacturer's recommended spare parts list.
43
44
M. Equipment lining and coatings.
44
45
n. Equipment utility requirements include air, natural gas,
45
46
electricity, and water. _
46
47
2. Mechanical and process equipment:
47
48
a. Operating characteristics:
46
49
1) Technical information including applicable performance
49
50
curves showing specified equipment capacity,
50
51
rangeability, and efficiencies.
51
52"
2) Brake horsepower requirements.
52
53
3) Copies of equipment data plates.
53
City of Lubbock, Municipal Water Treatment - Contract 7
7 01
02
03
04
05
06
07
08
09
10
4 11
12
13
14
15
16
17
18
19
7i 20
21
22
23
24
25
26
7, 27
28
29
30
31
32
r+.
33
I 34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
so
51
52
53
�r
+
7
B.
11005-3
b.
Piping and duct connection size, type and location.
01
c.
Equipment bearing life certification.
02
d.
Field noise testing reports if such testing is specified in
03
narrow scope sections.
04
e.
Equipment foundation data:
05
1) Equipment center of gravity.
06
2) Criteria for designing vibration, special or unbalanced
07
forces resulting from equipment operation.
08
f.
Field vibration testing reports if vibration testing is
09
specified in narrow scope sections.
10
3. Electrical
and control equipment:
it
a.
Electric motor information:
12
1) Name of manufacturer.
13
2) Service factor on motors 1/2 KP and above.
14
3) Motor enclosure type.
15
4) NEMA frame size, if applicable.
16
5) NEMA design code, if applicable.
17
6) Insulation type.
18
7) Locked rotor current.
19
8) Motor full load current, efficiency, and power factor at
20
full load, 3/4 load, 1/2 load, and no load.
21
9) Rated size of motor horsepower.
22
10) Space heater data, if applicable.
23
11) Motor thermostat, thermistor, or RTD data, if
24
applicable.
25
12) Type of bearings and lubrication.
26
13) Temperature rating.
27
14) Net weight.
28
15) Full load rotative speed.
29
16) Power factor correction data, if applicable.
30
b.
Notification, at least 1 week in advance, that motor testing
31
will be conducted at factory.
32
c.
Certification from equipment manufacturer that all
33
manufacturer supplied control panels that interface in any
34
way with other controls or panels have been submitted to and
35
coordinated with the supplier/installer of those interfacing
36
systems.
37
d.
Control panels:
38
1) Panel construction.
39
2) Point-to-point wiring diagrams.
40
3) Scaled panel face and subpanel layout.
41
4) Technical product data on panel components.
42
5) Panel and subpanel dimensions and weights.
43
6) Panel access openings.
44
7) Nameplate test.-.
45
8) Panel anchorage.
46
e.
Motor test reports, including field megger test reports.
47
f.
Certification prior to Project closeout that electrical
48
panel drawings for manufacturer -supplied control panels
49
truly represent panel wiring including any field -make
50
modifications.
51
52
Operations
and Maintenance Manuals:
53
City of Lubbock, Municipal Water Treatment - Contract 7
City of Lubbock, Municipal Water Treatment - Contract 7
11005-4
01
1.
See.Section 01340.
01
02
03
0203
04
PART 2 -
PRODUCTS
05
04
06
2.01 MANUFACTURED UNITS
05
07
05
08
A. Electric
Motors:
07
08
09
1.
Provide motors designed and applied in compliance with NEMA,
09
10
IEEE, and the NEC for specific duty imposed by driven equipment.
10
11
2.
Where used in conjunction with adjustable speed drives, provide
11
12
motors fully compatible with the variable speed controllers.
12
13
3.
Where frequent starting applications are specified, design for
13
14
frequent starting duty equivalent to duty service required by
14
15
driven equipment.
15
16
4.
Rate for continuous duty at 40 DegC ambient. Design in
16
17
accordance with the NEMA Standards for Class F insulation with
17
18
Class B temperature rise above 40 DegC ambient on continuous
18
19
operation or intermittent duty at service factor load.
19
20
5.
Design for full voltage starting.
20
21
6.
Design bearing life based upon actual operating load conditions
21
22
imposed by driven equipment.
22
23
7.
Size for altitude of Project.
23
24
8.
Unless otherwise specified, size so that under maximum
24
25
continuous load imposed by driven equipment, motor nameplate
25
26
horsepower for continuous operation is minimum of 15 percent
26
27
more than driven load.
27
28
9.
Provide encapsulated windings in wet/corrosive and for outdoor
28
29
applications.
29
30
10.
Furnish with clamp -type grounding terminals inside motor
30
31
conduit box.
31
32
11.
Furnish with external conduit boxes oversized at least one size
32
33,
larger than NEMA Standard.
33
34
12.
Furnish with stainless steel nameplates:
34
35
a. Standard motor rating nameplate.
35
36
b. Nameplate engraved with bearing and lubrication data.
36
37
c. Space heater nameplate to indicate space heater rating if
37
38
applicable.
38
39
d. Temperature detector nameplate to indicate type of detector
39
40
provided, if applicable.
40
41
e. Caution nameplates for space heaters, etc..
41
42
13.
Use.of manufacturers standard motor will be permitted on
42
43
integrally constructed motor driven equipment such as appliances
43
44
and hand tools specified by model number in which a redesign of
44
45
complete unit would be required in order to provide a motor with
45
46
other features as may be specified herein.
46
47
14.
Electric motors less than 1/3 HP.
47
48
a. Single phase, 60 HZ, suitable for supply voltage indicated
48
49
on Drawings.
49
50
b. Permanently lubricated sealed bearings conforming to AFBMA
50
51
Standards.
51
52
C. Built-in manual -reset thermal protector or furnished with
52
53
integrally mounted stainless steel enclosed manual motor
53
City of Lubbock, Municipal Water Treatment - Contract 7
11005-5
r
01
overload switch.
01
02
15. Electric motors 1/3 to 1 HP inclusive:
02
03
a. Single or 3 PH, 60 HZ, suitable for supply voltage and phase
03
I
04
indicated on Drawings.
04
05
b. Permanently lubricated sealed bearings conforming to AFBMA
05
."
06
Standards.
0607
07
16. Electric motors 1=1/2 through 10 HP:
08
a. Rated 230/460 V, 60 HZ, 3 -PH.
08
09
b. Permanently lubricated sealed bearings conforming to AFBMA
09
{
10
Standards.
15 -year, average -life thrust
10
11
tI
11
c. For vertical motors, provide
12
bearings conforming to AFBMA Standards.
12
13
d. Thermal protection: Provide as specified for "motors
13
14
greater than 10 HP" in 17.C. below.
14
15
17. Unless otherwise specified, electric motors greater than 10 HP:
15
16
a. Rated 230/460 V, 60 HZ, 3 PH.
16
17
b. Oil or grease lubricated antifriction bearings conforming to
17
18
18
AFBMA Standards. Design bearing life for '90 percent
19
survival rating at 50,000 HRS of operation for motors up to
19
20
and including 100 HP and at 100,000 HRS of operation for
20
21
motors greater than 100 HP.
21
22
c. Thermal protection:
22
23
1) Motors used in conjunction with solid state and/or other
23
24
types of adjustable frequency or variable voltage motor
24
25
controllers shall have at least one thermostat per phase
25
26
to sense temperature in the motor windings. Thermostat
26
27
contacts shall be normally closed, rated for 120 V AC.
27
L,;
28
Contacts shall be wired in series, and the leads brought
28
29
out to a separate terminal box for wiring in conduit.
29
30
Thermostats shall automatically reset on falling
30
f
I
31
temperature.
31
!'
32
d. For vertical motors, provide 15 year average life thrust
32
33
bearings conforming to AFBMA Standards.
33
34
e. Space heaters are to be provided, rated 120 V, single phase,
34
`I,.
35
sized to prevent condensation, and wired to a space heater
35
36
terminal box.
36
37
16. Motors 15 HP and above having a locked rotor inrush KVA greater
37
!
?�li
38
than 6.3 times motor horsepower are not acceptable.
38
39
19. Motor efficiencies:
39
.^
40
a. Unless otherwise specified, provide motors designed as
40
41
"premium efficiency" or "energy-saving" type.
41
42
20. Provide motors with suitable lifting provisions.
42
43
21. Measure efficiencies by IEEE 112 - Method B (Method E may be
43
.�
44
used for vertical motors 50 HP and larger. Vertical motors may
44
45
eliminate thrust bearing losses for efficiency measurements).
45
46
22. See narrow -scope specifications for requirements of motors
46
47
above 250 HP or motors designed for submersible service.
47
48
23. Unless otherwise specified, provide totally enclosed motors on
48
49
outdoor equipment, equipment installed below grade, chemical
49
50feed
and chemical handling equipment, and equipment operating in
50
Si
wet or dust -laden locations. Dripproof motors, or totally
51
52
enclosed at the supplier's option, shall be furnished on
52
53
equipment in indoor, above -grade, clean, and dry locations.
53
7
City of Lubbock, Municipal Water Treatment - Contract 7 -
r
11005-6
01
02 B. V -Belt Drive:
03 1. Provide each V -belt drive with sliding base or other suitable
04 tension adjustment. Adjustment mechanism to be 304 stainless
05 ..steel.
06 2. Provide V -belt drives with a service factor of at least 1.6 at
07 maximum speed.
08 3. Provide staticproof belts.
09
10; 2.02 COMPONENTS
11
12 A. Gear Drives and Drive Components:
13 1. Size drive equipment capable of supporting full load including
14 losses in speed reducers and power transmission.
15 12. Provide nominal input horsepower rating of each gear or speed
16 reducer at least equal to nameplate horsepower of drive -motor.
17 3. Design drive units for 24 HR continuous service, constructed so
18- oil leakage around shafts is precluded.
19 4. Utilize gears, gear lubrication systems, gear drives, speed
20 reducers, speed increasers and flexible couplings meeting
21 applicable standards of American Gear Manufacturers Association.
22 S. Gear reducers:
23 a. Provide gear reducer totally enclosed and oil lubricated.
24 b. Utilize antifriction bearings throughout.
25 c. Provide worm gear reducers having a service factor of at
26 least 1.20.
27 d. Furnish other helical, spiral bevel, and combination
28 bevel -helical gear reducers with a service factor of at
29 least 1.50.
30
31 2.03 ACCESSORIES
32
33 A. Guards:
34 1. Provide each piece of equipment having exposed moving parts with
35 full length, easily removable guards, meeting OSHA requirements.
36 2. Interior applications:
37 a. Construct from expanded galvanized steel rolled to conform
38 to shaft or.coupling surface.
39 b. Utilize non -flattened type 16 GA galvanized steel with:
40 nominal 1/2 IN spacing.
41 c. Connect'to equipment frame with,hot-dip galvanized bolts and
42 wing nuts.
43 3. Exterior applications:
44 a. Construct from 16 GA stainless steel or aluminum.
45 b. ;Construct to preclude entrance of rain, snow, or moisture.
46 c. Roll to conform to shaft or coupling surface.
47 d. Connect to equipment frame with stainless steel bolts'and
48 wing nuts.
49
50 B. Anchorage:
51 1. Cast -in-place anchorage:
52 a. Provide ASTM F593, Type 316 stainless steel anchorage for
53 exposed equipment.
City of Lubbock, Municipal Water Treatment - Contract 7;
01
02
03
04
05-
06
07
08 .
09
10
11
12
13
14
15
16
17
18
19;
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
11005-7
01
b. For continuously submerged anchorage, utilize ASTM A307
01
I
02
anchorage. For intermittently submerged applications, use
02
.»
03
316 stainless steel.
03
{
04
c. Configuration and number of anchor bolts shall be per
04
05
manufacturer's recommendations.
05
.�
06
d. Provide two nuts for each bolt.
06
07
2. Drilled anchorage:
07
08
08
a. Epoxy grout per Section 03308.
09
b. Threaded rods same as cast -in-place.
09
10
10
li
11
12
C.
Data Plate:
1. Attach a stainless steel data plate to each piece of rotary or
12
13
reciprocating equipment. _Permanently stamp information on data
13
14
plate including manufacturer's name, equipment operating
14
15
parameters, serial number and speed.
15
16
16
17
17
1s
D.
Gages:
1. Provide gages at locations shown or specified in accordance with
18
19
Section 15060.
19
20
20
21
k I
21
2.04
FABRICATION
22
22
23
A.
Design, fabricate, and assemble equipment in accordance with best
23
24
24
modern engineering and shop practices.
»,
25
25
26
B.
Manufacture individual parts to standard sizes and gages so that
26
27
repair parts, furnished at any time, can be installed in field.
27
28
28
29
C.
Furnish like parts of duplicate units to be interchangeable.
29
3 0
3 0
I'
31
D.
Ensure that equipment has not been in service at any time prior to
31
32
delivery, except as required by tests.
32
33
33
34
E.
Furnish equipment which require periodic internal inspection or
34
35
adjustment with access panels which will not require disassembly of
35
36
guards, dismantling of piping or equipment or similar major efforts.
36
37
Quick opening but sound, securable access ports or windows shall be
37
38
provided for inspection of chains, belts, or similar items.
38
39
39
40
F.
Provide common, lipped base plate mounting for equipment and
40
41
equipment motor where said mounting is a manufacturer's standard
41
42
option. Provide drain connection for 3/4 IN PVC tubing.
42
43
43
44
G.
Machine the mounting feet of rotating equipment.
44
j
45
i,
45
46
2.05
SHOP OR FACTORY PAINT FINISHES
46
47
47
48
A.
Electrical Equipment:
48
49
1. Unless otherwise specified, the standard factory -applied paint
49
50
coating system(s) of the listed approved manufacturers of motor
50
7,52,
51
control centers, panelboards, transformers, switchboards, and
51
52
engine generator sets, are acceptable.
53
2. As an alternate to the acceptable standard factory -applied paint
53
City of Lubbock, Municipal Water Treatment - Contract 7
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
11005-8
coating systems, a manufacturer may provide a paint coating
01
system in accordance with Section 09905.
02
B. Other Equipment: In accordance with Section 09905.
03
04
2.06 SOURCE QUALITY CONTROL
0 05 06
0708
A. Motor Tests:
1. Test motors in accordance with NEMA and IEEE procedures.
09
Include the following:
10
a. Routine test:
11.
1) Running no-load amperes.
12
2) Locked rotor amperes.
13
3) Winding resistance, DC.
14
4) High -potential test at twice rated voltage plus 1000 V,
15
with a minimum of 2200 V for 1 minute, winding to
16
ground.
17
5) Vibration check. _
18
b. Complete test:
19
1) Rated load temperature rise.
20
2) Slip in percent.
21
3) Locked rotor amperes (3 PH, full voltage).
22
4) Locked rotor torque.
23
5) Breakdown torque.
24
6) High potential test; see paragraph 4) above.
25
7) Efficiencies tabulated at 100, 75, and 50 percent of
26
full load.
27
8) Power factor tabulated at 100, 75, and 50 percent of
28
full load.
29
2. The Owner reserves the right to, at any time, select and have
30
tested any motor included within the Project. If motor passes
31
testing requirements, Owner will be responsible for any shipping
32
and testing costs incurred. Costs shall be determined by
33
current freight rates and manufacturer's published rates at the
34
time of the test. If motor fails test, Contractor shall be
35
responsible for all costs incurred. If two successive motors
36
fail;the test, the Owner has the right to reject any or all
37
motors from that manufacturer. The Owner also reserves the
38
right to witness any routine or complete tests at Owner's
39
expense.
40
41
42.
PART 3 - EXECUTION
43
44
3.01 INSTALLATION
45
46
A. Install equipment as shown on Drawings and in accordance with
47
manufacturer's directions.
48
49
B. Utilize templates for anchorage placement for slab -mounted
50
equipment.
51
52
C. DO NOT construct foundations until major equipment supports are
53
City of Lubbock, Municipal Water Treatment — Contract 7
.. 11005-9
01
approved.
01
02
02
03
D. Extend all non-accessible grease fittings using stainless steel
03
04
tubing to a location which allows easy access of fittings.
04
05
i
05
06
E. Construct subbases, either concrete, steel or cast iron, level in
06
r.
07
both directions. Particular care shall be taken at hold-down bolt
07
j
06
locations so these areas are flat and level.
08
09
09
10
F. Machine Base:
equipment on subbases in manner
10
11
11
1. Mount machine bases of rotating
12
that they are level in both directions according to machined
12
13
surfaces on base. Use machinist level for this procedure.
13
14
2. Level machine bases on subbases and align couplings between
14
15
driver and driven unit using steel blocks and shims.
15
16
a. Size blocks and shims to provide solid support at each
16
17
anchor bolt location. Area size of blocks and shims shall
17
16
be approximately 1-1/2 times area support surface at each
18
19
anchor bolt point.
19
20
b. Provide blocks and shims at each anchor bolt. Blocks and
20
21
shims that are square shape with "U" cut out to allow blocks
21
22
and shims to be centered on anchor bolts.
22
23
c. After all leveling and alignment has been completed and
23
24
before grouting, tighten anchor bolts to proper torque
24
25
value.
25
26
d. Do not use nuts below the machine base on anchor bolts for
26
27
base leveling.
27
28
i
2 8
29
29
G Couplings:
30
1. Align in the annular and parallel positions.
30
31
a. For equipment rotating at 1200 rpm or less, align both
31
32
annular and parallel within 0.001 IN tolerance for couplings
32
33
4 IN size and smaller. Couplings larger than 4 IN size:
33
34
Increase tolerance 0.0005 IN per inches of coupling
34
35
35
diameter, i.e., allow 6 IN coupling 0.002 IN tolerance, and
36
allow a 10 IN coupling 0.004 IN tolerance.
36
r"
37
b. For equipment rotating at speeds greater than 1200 rpm allow
37
t'
38
both annular and parallel positions within a tolerance rate
38
39
of 0.00025 IN per inch coupling diameter.
39
..
40
2. If equipment is delivered as a mounted unit from factory, verify
40
41
factory alignment on site after installation and realign if
41
42
necessary.
42
43
3. Check surfaces for runout before attempting to trim or align
43
44
units.
44
X'..
45
4 5
46
H. Grouting:
46
47
1. After machine base has been shimmed, leveled, couplings aligned
47
48
and anchor bolts tightened to correct torque value, a dam or
48
49
formwork shall be placed around base to contain grouting.
49
50Extend
dam or formwork at least 1/2 IN above the top of leveling
50
51
shims and blocks.
51
u
52
2. Saturate top of roughened concrete subbase with water before
52
53
grouting. Add grout until entire space under machine base is
53
i
City of Lubbock, Municipal Water.Treatment - Contract 7
City of Lubbock, Municipal Water Treatment- Contract 7
11005-10
01:
filled to the top of the base underside. Puddle grout by
01
02,
working a stiff wire through the grout and vent holes to work
02
03
grout in place and release any entrained air in the grout or
03
04
base cavity.
04
05:
3. When the grout has sufficiently hardened, remove dam or formwork
05
06
and finish the exposed grout surface to fine, smooth surface.
06
07
Cover exposed grout surfaces with wet burlap and keep covering
07
08
sufficiently wet to prevent too rapid evaporation of water from
08
09
the grout. When the grout has fully hardened (after a minimum
09
10
of 7 days) tighten all anchor bolts and recheck driver -driven
10
11
unit for proper alignment.
11
12
12
13
3.02
IDENTIFICATION OF EQUIPMENT AND HAZARD WARNING SIGNS
13
14
14 .
15
A.
Identify equipment and install hazard warning signs in accordance
15
16
with Section 10400.
16
17
17
18
3.03
FIELD PAINTING AND PROTECTIVE COATINGS
18
19
19
20
A.
For required field painting and protective coatings, comply with
20
21
Section -09905.
21
22
_
22
23
3.04
WIRING CONNECTIONS AND TERMINATION
23
24
24
25
A.
Clean wires before installing lugs and connectors.
25
26
26
27
B.
Terminate motor circuit conductors with copper lugs bolted to motor
27
28
leads.
28
29
29
30
C.
Connections to carry full ampacity of conductors without temperature
30
31
rise.
31
32
32
33
3.05
FIELD QUALITY CONTROL
33
34
34
35
A.
Furnish equipment manufacturer services as specified in the
35
36
individual equipment specifications.
36
37
37
38
B.
Inspect wire and connections for physical damage and proper
38
39
connection.
39
40
40
41
C.
For motors 50 HP and above, conduct insulation resistance (megger)
41
42
test on each motor before energized. Conduct test with 500 or 1000
42
43
V DC megger. Test each phase separately.
43
44
1. Apply test voltage, phase to ground, on each phase being tested.
44
45
Record resistance reading at 30 seconds and at one minute after
45
46
test voltage is applied. Divide one minute reading by_30 second
46
47
reading to obtain dielectric absorption ratio (DAR). DAR must
47
48
be 1.25 or greater for phase to pass test.
48
49
2. If phases have a DAR of 1.25 or greater, attach a tag to the
49
50
motor and mark tag "Insulation Resistance Test OK" and sign.
50
51
51
52
D.
Check rotation of motor before connection to driven equipment,
52
53
before couplings are bolted or belts installed. Before motor is
53
City of Lubbock, Municipal Water Treatment- Contract 7
11005-11
O1 started to check rotation, determine that motor is lubricated. 01
02
0203
03 E. Subbase that supports the equipment base and that is made in the 04
04 form of a cast iron or steel structure that has supporting beams,
05 legs and cross member that are cast welded or bolted, shall be 05
06 tested for a natural frequency of vibration after equipment is 06
07 mounted. Keep the ratio of the natural frequency of the structure 07
08 to the frequency of the disturbing force out of the range from 0.5 009
09 to 1.5. 10
10 11
11 3.06 DEMONSTRATION 12
12 13
13 A. Demonstrate equipment in accordance with Section 01060. 14
14 15
15 END OF SECTION
City of Lubbock, Municipal Water Treatment - Contract 7
(THIS PAGE LEFT BLANK INTENTIONALLY)
11120-1
i
01
k�
01
96A10 SECTION 11120
02
02
i"
02
03
CIRCULAR SLUDGE COLLECTION EQUIPMENT: GENERAL REQUIREMENTS
03
04
e�
04
05
05
06
06
PART 1 - GENERAL
07
07
08
08
1.01 SUMMARY
09
09
10
A. Scope of Work:
equipment, and incidentals
10
it
!I
11
1. Furnish all labor, materials,
12
required to rehabilitate the nine (9) existing Circular
12
r�
13
Collectors Mechanisms in the sedimentation basin as shown on the
13
it
14
drawings and as specified herein. .
14
15
2. The rehabilitation work to be performed on each of the Circular
15
16
Collectors Mechanism includes the following:
16
17
a. Remove the existing carbon steel Rake Arms and replace them
17
18
t
18
with new carbon steel rake arms, including new corner sweep
lg
assemblies.
19
20
b. Perform a mechanical overhaul of the Drive Units, including
20
21
disassembly, inspection, and reassembly of the mechanism at
21
22
the machine shop and replacement of all bearings, strip
22
23
liners, and felt seats.
23
24
c. Paint the new carbon steel Rake Arms assembly. Repair
24
25
coatings on existing Center Columns, Center Cage and Access
25
26
Bridge damaged by rehabilitation work. Include all surface
26
27
preparation, priming and finish painting.
27
i
28
28
29
B. Related Sections include but are not necessarily limited to:
29
30
1. Division 0 - Bidding Requirements, Contract Forms, and
30
31
Conditions of the Contract.
31
32
2. Division 1 - General Requirements.
32
33
3. Section 09905 - Painting and Protective Coatings.
33
1'
34
4. Section 11005 - Equipment: General Requirements.
34
35
S. Section 11121 - Circular Clarifier Equipment: Plow Type.
35
36
36
37
1.02 QUALITY ASSURANCE
37
38
38
39
A. Referenced Standards:
39
40
1. Anti -Friction Bearing Manufacturers Association (AFBMA):
40
41
a. Standard 9, Load Ratings and Fatigue.Life for Ball Bearings.
41
i'
1
42
2. American Gear Manufacturers Association (AGMA):
42
43
a. 201.02, Tooth Proportions for Coarse -Pitch Involute Spur
43
44
Gears (USA Standard).
44
{!-
45
b. 2001-B, Fundamental Rating Factors and Calculation Methods
45
46
for Involute Spur and Helical Gear Teeth.
46
47
c. 2004-B, Gear Materials and Heat Treatment Manual.
47
48
d. 6010-E, Standard for Spur, Helical, Herringbone, and Bevel
48-
49
Enclosed Drives.
49
5o
e. 6034-B, Practice for Enclosed Cylindrical Wormgear Speed
50
51
Reducers and Gearmotors.
for Testing Materials (ASTM):
51
52
y
52
3. American Society and
53
a. A36, Specification for Structural Steel.
53
City of Lubbock, Municipal Water Treatment - Contract 7
11120-2
01
b. A48, Specification for Gray Iron Castings (Class 35,
02
minimum).
03
c. A276, Specification for Stainless and Heat -Resisting Steel
04
Bars and Shapes.
05
d. A536, Specification for Ductile Iron Castings.
06
07
B. Qualifications:
08
1.
Utilize only American Welding Society (AWS) certified welders.
09
2.
The circular sludge collector rages are intended to be standard
10
equipment of proven ability as manufactured by a manufacturer
11
who is fully experienced, reputable and qualified in the.
12
manufacture of the equipment to be furnished.
13
3.
The Circular Collector Rakes shall be supplied by a single
14
manufacturer who has at least ten (10) years experience in the
15
design of Circular Collectors.
16
17
1.03 SUBMITTALS
18
19
A. Shop Drawings:
20
1.
See.Section 01340.
21
2.
Submit copies of all materials required to establish compliance
22
with these specifications.
23
3.
Submit, as a minimum:
24
a. Documentation of the design experience of the manufacturer,
25
and.a_list of Circular Mechanism supplied by the
26
manufacturer.
27
b. Certified shop and erection drawings showing all important
28
details of construction, dimensions and weld requirements.
29
C. A complete bill of materials for all equipment.
30
d. Sample of warranty.
31
4.
Provide evidence of compliance with paragraph 1.02 requirements
32
for the following:
33
a. Referenced standards.
34
b. Welder certifications.
35
c. List of similar scope and size projects.
36
5.
Provide evidence of compliance with paragraph 2.01 requirements
37
for the following:
38
a. Structural members and connections are designed so that unit
39
stresses do not exceed 130 percent of AISC allowable
40
stresses.
41
b. Compression and tension member slenderness ratios do not
42
exceed 120 and 140 respectively.
43
44
B. Operation and Maintenance Manuals:
45
1.
See Section 01340.
46
2.
The information provided shall be prepared specifically for this
47
installation and shall include all required drawings, equipment
48
lists, description and etc. "that are .required to instruct
49
operating and maintenance personnel unfamiliar with such
50
equipment. The operating and maintenance instructions shall
51
include specific recommendations for required maintenance of the
52
corner sweep assemblies.
53
City of Lubbock, Municipal Water Treatment - Contract 7
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40,
41
42
43
44
45
46
47
48
49
50
51
52
53
0
06
07
4 08
09
10
11
12
13
k 11 14
15
PM 16
1 17
18
19
20
21
,
22
+" 23
24
' 25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
' 42
43
44
y 45
46
47
48
49
50
I 51
52
53
kl
it
r
11120-3
1.04 SYSTEM DESCRIPTION
A. All of the equipment herein is intended to be standard equipment for
use with coagulated and flocculated water in a water treatment
plant. The Circular Collector Mechanism Rakes shall be attached to
an existing Center Cage.! The Center Column and Drive Units are also
existing.
The rehabilitated Collector Mechanisms shall be used to collect
settled sludge solids in the basin by scraper blades attached to
each arm of the mechanism. The scraper blades shall transport
sludge to the center of the basin where it shall be removed at
the existing sludge hopper.
B. The Circular Sludge Collector Rakes shall be installed in the
existing concrete sedimentation basins with approximate dimensions
as shown on the drawings. The Contractor shall field verify the
actual dimensions of the basin, including floor slope, prior to
fabrication of the equipment to assure proper fit.
C. The sedimentation basins consist of a square basin with a 110'-0"
wide settling zone and one Circular Collector Mechanism per basin.
Side water depth and floor slope are approximate as shown on the
drawings. The existing center column supports the entire mechanical
drive and collection equipment and the inboard end of the existing
walkway which spans from the outside wall of the basin.
D. Circular collector equipment shall consist of new carbon steel rake
arms that will sweep the entire bottom of the clarification zone.
Arms shall be equipped with scraper blades and adjustable brass
_squeegees to rake the bottom of the entire tank twice, per
revolution of the mechanism. Arms shall also be equipped with
corner sweep assemblies to rake the four corners of the
clarification zone. Also, extension of center drive platform to
allow access for maintenance of drive limit torque switches.
PART 2 - PRODUCTS
2.01 MATERIALS
A. General:
1. Ensure structural members and connections are designed so that
the unit stresses will not exceed 130 percent of AISC allowable
stresses when subjected to cutout torque.
2. For any axis parallel to bending action, size compression
members not to exceed a slenderness ratio of 120 and size
tension members not to exceed a slenderness ratio of 240.
2.02 EQUIPMENT
A. Function:
1. Collection and movement of settled solids to facilitate their
City of Lubbock, Municipal Water Treatment - Contract 7
01
02
03
04
o5
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01
02
03
04
1
05
06
07
4 08
09
10
11
12
13
k 11 14
15
PM 16
1 17
18
19
20
21
,
22
+" 23
24
' 25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
' 42
43
44
y 45
46
47
48
49
50
I 51
52
53
kl
it
r
11120-3
1.04 SYSTEM DESCRIPTION
A. All of the equipment herein is intended to be standard equipment for
use with coagulated and flocculated water in a water treatment
plant. The Circular Collector Mechanism Rakes shall be attached to
an existing Center Cage.! The Center Column and Drive Units are also
existing.
The rehabilitated Collector Mechanisms shall be used to collect
settled sludge solids in the basin by scraper blades attached to
each arm of the mechanism. The scraper blades shall transport
sludge to the center of the basin where it shall be removed at
the existing sludge hopper.
B. The Circular Sludge Collector Rakes shall be installed in the
existing concrete sedimentation basins with approximate dimensions
as shown on the drawings. The Contractor shall field verify the
actual dimensions of the basin, including floor slope, prior to
fabrication of the equipment to assure proper fit.
C. The sedimentation basins consist of a square basin with a 110'-0"
wide settling zone and one Circular Collector Mechanism per basin.
Side water depth and floor slope are approximate as shown on the
drawings. The existing center column supports the entire mechanical
drive and collection equipment and the inboard end of the existing
walkway which spans from the outside wall of the basin.
D. Circular collector equipment shall consist of new carbon steel rake
arms that will sweep the entire bottom of the clarification zone.
Arms shall be equipped with scraper blades and adjustable brass
_squeegees to rake the bottom of the entire tank twice, per
revolution of the mechanism. Arms shall also be equipped with
corner sweep assemblies to rake the four corners of the
clarification zone. Also, extension of center drive platform to
allow access for maintenance of drive limit torque switches.
PART 2 - PRODUCTS
2.01 MATERIALS
A. General:
1. Ensure structural members and connections are designed so that
the unit stresses will not exceed 130 percent of AISC allowable
stresses when subjected to cutout torque.
2. For any axis parallel to bending action, size compression
members not to exceed a slenderness ratio of 120 and size
tension members not to exceed a slenderness ratio of 240.
2.02 EQUIPMENT
A. Function:
1. Collection and movement of settled solids to facilitate their
City of Lubbock, Municipal Water Treatment - Contract 7
01
02
03
04
o5
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
O1
02
03
04
05
06.
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
11120-4
withdrawal from basin.
2.03 COMPONENTS
A. Overload System:
1. Refurbish and repair mechanical overload control system for each
clarifier drive mechanism.
a. System including:
1) Torque switches.
2) Field adjustable over the full torque range of the unit.
3) Normally open torque switch contacts close to actuate
motor trip circuit if the overload (at 120 percent of
AGMA rated drive torque capacity) becomes excessive.
2. House overload system in a gasketed cast iron or 304 or 316
stainless steel NEMA 4X enclosure.
3. Extend center access platform to allow maintenance access to
facilitate adjustment of torque switches.
B. Shear Pins:
1. Provide shear pin device, set for 125 percent of AGMA rated
torque.
2.04 .RAKE ARMS
A. The rake arms shall be rigidly connected to the existing center
drive cage. The rake shall be of triangular truss construction
conforming to the slope of the tank floor and shall extend from the
center cage to the inside face of the outer wall of the tank. Each
arm shall be provided with carbon steel blades with brass squeegees
to scrape the thickened sludge along the tank bottom to the annular
sludge pocket located at the center of the tank.
B. The rake collector.arms shall be connected to the center drive cage
in such a manner that each arm can be easily adjusted to conform to
the angle of the tank floor.when the arms are installed. Bolts used
for adjustment of rake arms shall be stainless steel, Type 304.
C. Components of the rake arms shall be constructed from a minimum of
1/4 IN thick steel plate and angles suitably reinforced such that no
portion of the rake arm will be stressed beyond the allowable limits
set forth in the AISC specifications when the full stalled torque
load of the drive is applied as a distributed load on one of the
rake arms.
D. The rake.collector blades shall have a minimum depth of 10 IN. All
blades shall be provided with 26,gauge adjustable spring brass
squeegees projecting approximately 1-1/2 IN below the bottom of the
blades and secured by brass bolts and nuts.
2.04 CORNER SWEEP ASSEMBLY
A. A cable and counterweight pantograph corner sweep assembly shall be
provided on each rake arm. Each corner sweep assembly shall have
City of Lubbock, Municipal Water Treatment — Contract 7
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15,
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37,
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
+,
11120-5
01
two (2) welded steel extension frames supporting a 10 IN deep
01
02
scraper blade and adjustable spring brass squeegees. The squeegee
02
03
shall project approximately 1-2/2 IN below the bottom of the blade
03
04
and shall be secured by brass bolts and nuts. All pivot points
04
i
05
shall be equipped with oil impregnated sintered bronze journal
0
06
bearings. An 8 IN DIA water lubricated polyurethane roller shall be
06
07
attached to the end of the corner sweep scraper blade. The corner
07
08
sweep assembly shall be actuated by a stainless steel wire rope or
08
09
chain, guided over a sheave and provided with suitable weights to
09
10
keep the roller on the end of the corner blade in contact with the
10
11
11
curb.
12
12
13
B.
Remove and replace steel plate used for running surface of corner
13
(I
14
sweep and rake wheels.
14
15
15
16
�..
16
2.06
DRIVE UNITS
17
17
18
A.
Each of the nine (9) existing drive units consist of an electric
18
19
motor, primary chain reduction unit, intermediate worm gear reducer
19
20
and final spur pinion gearset. The electric motor drives the
20
(,
21
intermediate worm gear reducer by means of a drive chain and
21
22
sprockets. The intermediate reducer drives the pinion gear of the
22
.�
23
final gearset. The main spur gear is integral with the turntable
23
C24
base. The drive unit includes an automatic overload actuating
24
25
system.
25
26
26
27
B.
The drive units will be overhauled and all bearings replaced.
27
28
28
29
C.
All new bearings incorporated in the drive unit shall be of the
29
30
anti -friction type and oil lubricated. Fabricate drive components
30
31
in accordance with AGMA 6010-E and 6034-B for 24 HR continuous duty
31
32
and 20 -year design life based on rated AGMA torque. Design bearings
32
r
33
for a B-10 life of 200,000 HRS.
33
34
34
35
D.
Overhaul of Existing Drives:
35
36
1. Perform a complete mechanical overhaul of the existing sludge
36
37
collector drive units. All bearings and seals shall be replaced
37
38
with identical units. The schedule in paragraph
38
39
2.06.D.6 lists the major items to be replaced. Locknuts,
39
40
spacers, bushings, packing gaskets, clips and other minor
40
41
items not listed shall be replaced as necessary.
41
t
42
2. The entire drive unit shall be removed from the center column
4
43
and taken to a machine shop for disassembly, inspection,
43
'
44
overhaul and reassembly. The machine shop shall be a workshop
44
45
with experience and expertise in the overhaul of Clarifier Drive
45
46
equipment of this type. The contractor shall submit the name of
46
47
the proposed machine,shop to the engineer for approval. The
47
48-
engineer shall be the sole judge of acceptability of the
48
49
proposed machine shop. The intermediate and final gear assembly
49
50
shall be inspected while disassembled and the engineer shall be
50
7151
notified of any sever damage or wear to components other than
51
52
those to be replaced.
52
53
3. The strip liners, bearing balls and felt seal shall be genuine
53
3�I
City of Lubbock, Municipal Water Treatment - Contract 7
l
City of Lubbock, Municipal_ Water.Treatment - Contract 7
11120-6
O1
replacement part of the original manufacturer, and installed in
01
02
accordance to the manufacturers recommendation.
02
03
4.
If damaged or worn components other thanthoseparts scheduled
03
04
to be replaced are discovered during the disassembly of the
04
05
drive unit, the engineer shall be notified. The engineer
05
06;
reserves the right to order damaged or worn parts other than
06
07
those scheduled to be removed and replaced with new parts.
07
08
5.
The work in this section shall include furnishing the required
08
09
oil and grease for operation. The grade of oil and grease shall
09
10
be vegetable grade and in accordance with the manufacturers
10
11
recommendation.
11
12
6.
The schedule below lists major items to be replaced:
12
13
13
14
DORR OLIVER WALKER PROCESS
14
15
ITEM QUANTITY QUANTITY
15
16
=___ ======== === ______________
16
17
Primary Sprocket 6 3
17.
18
Intermediate Sprocket 6 3
18
19
Roller Chain A/R A/R
19
20
Intermediate Worm
20
21
Shaft Bearing Assembly 18 9
21
22
Spider Housing Bear Assembly 6 3
22
23
Upper Strip Liner 6 sets 3 sets
23
24
Lower Strip Liner _6 3
24
25
Outer Strip Liner 6 3
25
26
Inner Strip Liner 6 sets 3 sets
26-
27
Bearing Balls A/R -A/R
27
28
Lower Pinion Shaft Bearing 6 3
28
29
Upper Felt Seal 6 3
29
30
Lower Felt Seal 6 3
30
31
Limit Torque Switches 6 sets 3 sets
31
32
Model # 2ARSL
32
33
for SW70 RSX-UW60853
33
34
Quantities shown are for six (6) Dorr Oliver and three (3)
34
35
Walker Process Clarifier Drives.
35
36
7.
In lieu of performing a complete overhaul of the
36
37
existing drive mechanisms, drive manufacturers can opt
37
38
to replace the existing drive mechanisms with new
38
39
equivalent units..
39
40
2.07 MAINTENANCE MATERIALS
40
41
41
42
A. Two
sets of all bearings and bearing seal rings for each drive unit.
42
43
43
44
B. Two
sets of all gaskets for each sludge collection mechanism.
44
45
45
46
C. Two
sets of spur gear felt seal and replaceable bearing races for
46
47
each sludge collection mechanism.
47
48
48
49
D. Two
sets neoprene lip seals for each sludge collection mechanism.
49
50
50
51
51
52
PART 3 - EXECUTION
52
53
53
City of Lubbock, Municipal_ Water.Treatment - Contract 7
11120-7
O1
3.01
INSTALLATION
O1
02
02
03
A.
Prior to removal of equipment for remanufacture, remove
03
04
existing cathodic protection system. Protect system from
04
05
damage during removal.Install clarifier equipment according
05
06
to manufacturer's recommendations.
06
07
07
08
B.
For identification and tagging and for warning or caution signs,
08
09
comply with Section 10400.
09
10
10
11
C.
Painting Requirements:
11
12
1. Comply with Section 09905.
12
13
2. Following completion of painting, replace existing
13
14
cathodic protection system.
14
15
15
16
3.02
FIELD QUALITY CONTROL
16
17
17
18
A.
Employ and pay for services of equipment manufacturer's field
18
19
service representative(s) to:
19
20
1. Inspect equipment covered by these Specifications.
20
21
2. Supervise adjustments and installation checks.
21
22
3. Conduct startup of equipment and perform operational checks.
22
23
4. Provide Owner with a written statement that manufacturer's
23
24
equipment has been installed properly, started up and is ready
24
25
for operation by Owner's personnel.
25
26
S. Instruct Owner's personnel for a minimum period of two (2) days
26
27
on jobsite on operation.
27
28
28
29
3.03
WARRANTY
29
30
30
31
A.
Provide written 2 -year warranted signed by equipment manufacturer
31
32
for work performed under this section. Warranty period to begin
32
33
upon completion and Owner's acceptance of all work associated with
33
34
this section.
34
35
35
36
END OF SECTION
36
City of Lubbock, Municipal Water Treatment - Contract 7
No Text
^~ DIVISION 13
SPECIAL CONSTRUCTION
(7,
r
(THIS PAGE LEFT BLANK INTENTIONALLY)
13222-1
01
96B06
SECTION 13222
01
02
03
FILTER UNDERDRAINS
02
03
04
04
OS
05
06
06
PART 1
- GENERAL
07
07
08
08
1.01
SUMMARY
09
09
10
A.
There shall be furnished a filter underdrain system for a total
10
11
of ten (10) filter cells. The filter underdrain system
it
12
shall be installed in the filter cells as shown on the Contract ;
12
13
Drawings. The filter underdrain system will be designed to
13
14
collect filtered water, evenly distribute air and water
14
15
for filter media cleaning during the backwash cycle.
15
1616
17
B.
The manufacturer/supplier shall be responsible for designing
17
18
!
18
and furnishing a system that meets all flow and-structural
19
design requirements herein specified. The manufacturer/
19
�""
20
supplier shall furnish the installing contractor with such
20
(t,,,
21
installation details and recommendations as are necessary to
21
22
acceptably interface the filter underdrain system with the
22
23
filter box and air supply, including requirements for grouting
23
.,,
{,
24
keys and pockets, dowels, support ledges, anchorage, and
24
25
appurtenances required to provide a properly working filter
25
26
installation.
26
27
27
28
C.
The filter underdrain system shall include installation of
28
29
filter underdrain and air headers, hydrostatic testing of the
29
30
underdrain, and the testing of the entire system for air and
30
31
water distribution. The entire filter underdrain system shall
31
32
be designed to withstand, with a prudent safety factor,
32
33
intermittent operation, or continuous 24 hour per day
33
34
operation.
34.
35
35
36
D.
Any modification required to accommodate the filter underdrain
36
37
proposed shall be provide& by the manufacturer at no additional
37
38
cost to the OWNER.
38
39
39
40
E.
Related Sections include but are not necessarily limited to:
40
41
1. Division 0 - Bidding Requirements, Contract Forms, and
41
42
Conditions of the Contract.
42
43
2. Division 1 - General Requirements.
43
-
44
3. Section 03302 —Concrete.
44
45
4. Section 11005-Equipment: General Requirements.
45
46
5. Section 13224 - Filter Media.
46
Fm
47
6. Division 15 - Mechanical.
47
48
48
49
1.02
QUALITY ASSURANCE
49
'
50
50
51
A.
Qualifications:
51
52
1. The supplier of the underdrain system shall furnish
52
53
sufficient information as to experience in design,
53
s'
City of Lubbock, Municipal Water Treatment — Contract 7
i
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
13222-2.
manufacture, and operation of such equipment.
2. The information shall include, but not be limited to,
operating and experience data from at least two
installations of the proposed underdrain for a similar
system.
3. underdrain supplier to conduct performance test and
furnish Bonded Process Performance Guarantee.
1.03 COORDINATION
A. All material to be installed under this section shall be
coordinated with related items of filter equipment and
materials covered in other sections.
1.04 SUBMITTALS
A. Shop Drawings
1. See Section 01340.
2. Product technical data including:
a. Acknowledgement that products submitted meet
requirements of standards referenced.
b. Manufacturer's installation instructions.
3. Complete drawings and descriptive data for filter
underdrains and materials. Information shall include, but
not be limited to, the following:
a. Complete details of the design, construction, and
operation.
b. Materials of construction.
c.. Installation details and leveling requirements.
d. The maximum percentage of flow maldistribution within a
filter.
e. Certification of compatibility of the underdrain system
with the filter media to be furnished.
f. Full and complete design calculations showing
conformity with all flow design requirements.
Submittal data shall include the full range of flow
conditions specified, and shall indicate pertinent
physical relationships between air and water metering
orifices; cross-sectional flow areas for water and air
during transport to the flow metering elements;
relative magnitudes of entrance, transport, metering,
and discharge losses.
g. Three copies of full and complete test reports for all
field tests, describing the units tested, the type of
test, test setups, procedures, and instrumentation; and
test flowrates, pressures, and instrumentation; and
test flowrates, pressures, levels, and all other data
and test results as required to demonstrate that all
items tested meet the requirements of the Contract
Documents.
1.05 DELIVERY,"STORAGE, AND HANDLING
City of Lubbock, Municipal Water Treatment - Contract 7
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
Z-
13222-3
r.
01
A.
Handling and storage:
01
02
1'. Underdrain components shall be handled carefully to prevent
02
03
damage and shall be stored on platforms so they are
03
04
supported clear of the ground.
04
05
2. The Contractor shall replace all units damaged during
05
06
handling and shipping.
06
07
3. Only sound, undamaged units shall be used in the work.
07
08
4. Any items damaged before final completion of the work under
08
09
this contract shall be removed and replaced with undamaged
09
10
units by and at the expense of the Contractor.
10
li
I
11
12
1.06
PATENTS
12
13
13
14
A.
The Contractor shall pay all license fees, protect and
14
15
indemnify the Owner and Engineer from any patent infringements
15
16
regarding the use of specified equipment. The Contractor
16
17
shall also warrant that the use of this system and its
been
17
18
t
18
equipment, in the process for which the system has
19
expressly designed and sold by the supplier hereunder, will not
19
20
infringe on any U.S. or foreign patent.
20
t
21
21
22
22
�.*
23
PART
2 - PRODUCTS
23
24
24
25
2.01
ACCEPTABLE MANUFACTURERS
25
26
26
27
A.
Subject to compliance with the Contract Documents, the
27
28
following manufacturers are acceptable:
28
29
1. Filter underdrains:
29
30
a. Wheelabrator Engineered Systems, Inc., Triton
30
31
Non -Metallic Underdrain System.
31
I,
32
b. F.B. Leopold Company, Universal Type S Underdrain.
32
33
c. TETRA Technologies, Inc., "U" Block.
33
34
34
35
2.02
PROCESS DESCRIPTION
35
36
36
37
A.
The filter underdrain will support a mixed media bed cleaned by
37
{
38
air and water backwashing. The filter underdrain
38
39
system shall be as generally shown on the Drawings. The
39
40
underdrain system shall be arranged for entry of water from
40
41
existing filter backwash water openings and air from new overhead
41
42
supply header. The air distribution system shall consist of a
42
43
304 stainless steel header supplied by the underdrain supplier
43
44
and specially calibrated to evenly distribute air flow via properly
44
45
45
located riser pipes to each underdrain lateral. Sufficient relative
46
velocities shall be maintained in both the header andriser pipes
46
47
to ensure proper distribution of air.
47
C
48
48
49
B.
The cost of the underdrain system supplied shall include all
49
50
costs necessary to adapt the system to the physical layout
50
51
shown on the Drawings, including modifications to structural
51
52
52
and mechanical work.
53
53
City of Lubbock,.Municipal Water Treatment - Contract 7
13222-4
01 C. All materials used in contact with the water and backwash air
02 shall meet National Sanitation Foundation (NSF) Standard 61 for
03 Drinking Water System Components - Health Effects
04
05 2.03 PERFORMANCE AND DESIGN REQUIREMENTS
06
07 A. The filter underdrain system shall be designed to produce
08 uniform air -and water flows throughout the filter cell. Flow
09 uniformity per square foot of filter area shall be accomplished
10 such that constant pressure and flow distribution from the top
11 of the underdrain occurs. The underdrain shall be designed to
12 permit efficient and effective operation and backwashing with
13 no localized areas where flow rates would cause mounding,
14 lateral displacement,. or other deleterious -disturbances in the
15 filter media,
16
17 B. The individual underdrain lateral units used in the system
18 shall be of impervious, high strength, completely corrosion
19 resistant material.
20
21 C. The filter underdrain system shall be furnished and installed
22 to perform satisfactorily and as specified when operated under
23 the following flow conditions (per filter):
24 1. Downflow of filtered water at 1,060 to 5,300 gpm (1.0 to
25 5.0 gpm per square foot).
26 2. Upflow of backwash air at 1,120 to 5,300 scfm (2.0 to 5.0
27 scfm per square foot).
28 3. Capable of providing backwash air at 1,120 to 5,300 scfm (2.0
29 to 5.0 scfm per square foot) together with backwash water at
30 1,120 to 8,480 gpm (2.0 to 8.O gpm per square foot).
31 4. Upflow of backwash water at 10,600 to 26,500 gpm (10 to 25
32 gpm per square foot).
33
34 D. Underdrain description by type:
35 1. The underdrain shall have accommodating direct retention
36 of filter media, shall have lateral opening slot width
37 of 0.005 inches. Maximum center to center spacing of the
38 filter underdrain laterals shall be 12 IN.
39 2. The underdrain system requiring an integral media support
40 cap shall be made of plastic beads sintered together and
41 sealed to the top of the underdrain. The maximum size of the
42 pores shall be 700-800 microns and the pore volume shall be
43 30-50 percent of the cap's overall volume._ The cap shall
44 withstand a differential flow pressure of 5 psig. The
45 media support cap shall not: increase the underdrain
46 height by more than 1-1/4 IN. Any required high density
47 gravel layer placed over IMS cap shall be coordinated with
48 and supplied by the filter media supplier. Alternately,
49 the'use of layered sintered plate cap with layered pore
50 openings of 500, 300, and 500 microns respectively shall
Si be considered in lieu of a cap requiring additional high
52 density gravel.
53
City of Lubbock, Municipal Water Treatment — Contract 7
O1
02,
03
04
05
06
07
08
09
10
11,
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28.
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48'
49
50
51
52
53
13222-5
01
E.
Design of connection of underdrain laterals to the existing
01
02
filter flume shall be as designed by the lateral supplier.
02
03
Details shall be included with other installation details
03
04
included with submittals.
04
05
05
06
F.
Dimensions shown on the contract drawings for the air
06
07
header piping are minimums. It shall be the Contractor's
07
08
responsibility to verify header dimensions with the underdrain
08
09
supplier in order to meet the process requirements. Changes
09
10
required to meet the requirements of the underdrain supplier
10
11
shall be incorporated into the work at no additional cost to
11
12
the Owner. Any modifications to the design and layout of air
12
13
header shown on the Contract Drawings shall be included and
13
14
detailed by the underdrain manufacturer with other.installation
14
`
15
details. The air portion of the header located in the filter
15
16
area shall be constructed of Type 304 stainless steel.
16
17
17
18
2.04
PERFORMANCE AND FUNCTIONAL REQUIREMENTS
18
19
1 9
20
A.
The filter underdrain system shall be designed to ensure
20
21
longterm stability in its operating characteristics. The
21
22
filter underdrain system shall be resistant to changes in
22
23
headloss, flow uniformity, corrosion, and any other effects
23
�*
1'
24
that would in time cause loss of efficiency or effectiveness of
24
25
l"
25
its operation.
26
26
27
B.
The filter underdrain system, as installed, shall satisfy the
27
28
following criteria for acceptable flow uniformity.
28
29
Maldistribution of air and water flows during backwash for all
29"
30
specified flow conditions shall not exceed:
30
31
1.1 Water: Plus or minus 5 percent of average gpm/square foot
31
32
of filter.
32
33
2. Air: Plus or minus 10 percent of average cfm/square foot
33
34
of filter.
34
t
35
35
36
C.
Excluding header piping in the filter area, other exposed or
36
37
wetted metals, including but not limited to, fabricated
37
+'
38
plates, misc. metals, anchor bolts, fasteners, washers,
38
39
spring clips, etc., shall be Type 316 stainless steel.
39
40
40.
41
41
2.05
SPARE PARTS
4 2
42
43
A.
As a minimum, the following spare parts will be furnished:
43
44
1. 2t extra anchor bolts.
44
45
2. 2t extra hold down clamps.
45
46
3. 2t extra connection parts between the air header and the
46
47
laterals.
47
48
48
48
49
50
PART
3 - EXECUTION
50
51
51
52
3.01
GENERAL
52
53
53
City of Lubbock, Municipal Water Treatment - Contract 7
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17.
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39.
40-
41
42
43
44
45
46
47
48
49
50
51
52
53
13222-6
A. Furnish installation drawings and printed.recommendations, as
herein specified. The installing contractor shall.obtain from
the underdrain manufacturer/supplier such written installation
details and recommendations as are necessary to acceptably
interface the filter underdrain system with all surrounding
structures, including requirements for grouting, dowels,
support, anchorage, and the like.
3.02 INSTALLATION
A. The underdrains shall be installed in accordance with the
manufacturer's recommendations as approved by the Engineer.
B. Prior to installation of the replacement media and underdrain,
the Contractor shall remove all existing filter media, remove
existing clay tile underdrain and clean all surfaces prior to
commencing installation.
C. Care shall be exercised in preparing the filter floor slab and
in setting the anchors to assure proper alignment and
elevation. Steel anchor rods set in the floor slab in
accordance with the drawings provided. The floor slab shall be
prepared to a flat level plane and be free of protrusions and
depressions. The filter underdrain laterals shall be leveled
to within plus or minus 1/4 IN on the filter floor slab.
Plates for closing the ends of each row of laterals shall be
furnished by the underdrain manufacturer and installed by the
Contractor.
D. Supervision by a representative of the underdrain manufacturer
shall be present onsite for at least the periods specified in
Paragraph 3.03 MANUFACTURERS' SERVICES.
3.03 MANUFACTURERS' SERVICES
A. A manufacturer's representative for the filter underdrain
system provided shall make no less than four trips to the
jobsite and/or classroom designated by the Owner for the
minimum person -days listed for the services.hereunder, travel
time excluded:
1. 10 person -days for installation assistance, inspection, and
certification of the installation.
2. 8 person -days for functional and performance testing.
B. Service by a representative of the filter underdrain
manufacturer who is not a direct, full time employee of the
filter underdrain manufacturer is not acceptable.
3.04 PERFORMANCE DEMONSTRATION TESTING
A. Following the installation, the system shall be completely
cleaned and washed free of all loose materials and debris.
City of Lubbock, Municipal Water Treatment - Contract 7
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
fl
' City of Lubbock, Municipal Water Treatment - Contract 7
f
13222-7
01
B.
After start-up and prior to final acceptance, the Contractor
01
02
shall conduct Engineer witnessed performance demonstration
02
03
tests on the filter underdrains. As a minimum, the underdrain
03
04
system shall be then checked by reversal of flow -- the same
04
05
procedure as followed in backwash -- and observations made of
05
06
the uniformity of distribution, and factors such as structural
06
07
stability of the installation. The specific tests to be
be
07
08
08
performed will be developed by the manufacturer and subject
09
to approval by the Engineer. Test procedures shall be
09
10
submitted to the Engineer for approval with submittal drawings.
10
11
Tests will be scheduled with the Engineer at least two (2)
11
12
weeks prior to the planned test date. The system shall be
12
�•*
13
installed and tested completely in accordance with the
13
[
14
specifications of the underdrain manufacturer, and under the
14
15
direction of an experienced field service personnel provided by
15
16
the underdrain manufacturer. Tests shall be performed at
16
17
normal design rates prior to filter media placement. Test
17
Il
18
results shall demonstrate to the satisfaction of the Engineer
18
19
that flow uniformity criteria, as specified herein, are
19
20
complied with.
20
21
I'
21
22
C.
Air distribution shall be uniform within 10% +/- over the entire
22
23
range of operation. The test shall be witnessed and certified
23
24
by a manufacturer's field service representative.
24
25
r '
25
26
D.
The field service representative shall submit to the Engineer a
26
27
written report stating that the filter underdrain systems have
27
28
been checked and are suitable for operation.
28
29
29
30
E.
Inspection by a representative of the manufacturer who is not a
30
31
direct, full time employee of the manufacturer is not acceptable.
31
32
32
33
3.05
MANUFACTURER'S CERTIFICATE OF INSTALLATION
33
34
34
35
A.
The Contractor shall submit the manufacturer's certificate of
35
36
proper installation of the equipment specified herein prior to
36
r'
37
start-up.
37
3 8
38
39
END OF SECTION
39
_
40
/
40
fl
' City of Lubbock, Municipal Water Treatment - Contract 7
f
No Text
ro
F
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
96B06
PART 1 - GENERAL
1.01 SUMMARY
SECTION 13224
FILTER MEDIA
13224-1
A. Section Includes:
1. Media to be furnished and installed in ten (10) filter basins:
2. Materials furnished and installed under this section shall
be furnished and placed in the filters in full conformity
with the drawings, specifications, engineering data,
instructions, and recommendations of the material supplier
unless exceptions are noted by the Engineer.
3. Each filter shall be filled as required by the supplier of
the media complete as indicated on the drawings, as
specified, and as required to provide a satisfactory
working filter installation.
B. Related Sections include but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms, and
Conditions of the Contract..
2. Division 1 - General Requirements.
3. Section 13222 - Filter Underdrains.
1.02 QUALITY ASSURANCE
A. Referenced Standards:
1. Filter media materials shall comply with AWWA 8100, except
as modified herein.
2. Gradation sizes shall be based on square hole sieves
conforming to ASTM Ell as specified under the Design
Criteria paragraphs of this section.
3. All filter media shall be furnished by one supplier
who regularly engages i the sale of mixed media
filter.
4. All filter media shall be NSF Standard 61 approved for
drinking water system components -Health effects.
1.03 COORDINATION
A. Media Materials:
1. Material to be installed under this section shall be
coordinated with related items of filter equipment and
materials covered in other sections.
1.04 SUBMITTALS
A. Shop Drawings:
1. See Section 01340.
2. Product technical data for filter media materials
shall be submitted for review prior to shipment.
City of Lubbock, Municipal Water Treatment - Contract 7
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
O1
02
03
04
05
06
07
08
09
10
it
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
13224-2
Information shall include but not be limited to:
a. Names of suppliers.
b. Specific gravities.
c. Sieve analyses. Media sizes shall be in millimeters.
d. Effective size and uniformity coefficient
for Ilmente, silica fine sand and anthracite.
e. Acid solubilities.
f. Caustic solubility for anthracite.
g. Loss on ignition for filter sands.
h. Acknowledgement that products submitted meet
requirements of standards"referenced.
i. Manufacturer's installation instructions.
1.05 SAMPLES
A. A sample of each gradation of filter media shall be
submitted.
1. Each sample shall weigh at least five pounds and shall
be packed in a suitable container labeled with project
name, supplier's name, Contractor's name, and gradation.
1.06 DELIVERY, STORAGE, AND HANDLING
A. Delivery Schedule:
1. Delivery schedule of the filter media shall be
coordinated with the Owner and Engineer.
PART 2 - PRODUCTS
2.01 MATERIALS
A. Filter Materials:
.1. Quality:
a. Filter 'gravel: Not required.
b. High density Ilmenite: Specific gravity not less than
3.8, hydrochloric acid solubility less than 5t when
treated in accordance with AWWA standardforfilter
materials. •
c. Silica sand: AWWA B100 except as modified:
1) Loss on ignition: 4t MAX.
2) Acid solubility: St MAX.
d. Anthracite: Clean, hard, durable pieces; free of long,
thin, or scaly pieces; free from iron, sulfides, clay,
shale and extraneous dirt:
1) Hardness: 2.75 to 3.75 on Moh scale.
2) Specific gravity: 1.60 ± 0.05.
3) Acid solubility: It MAX.
4) Caustic solubility: 2t MAX in 1% sodium hydroxide
solution at 190 DegF.
2. Size and thickness:
a. High density ilmenite:'
1) In 4.5 IN layer directly over underdrain and with
City of Lubbock, Municipal Water Treatment - Contract -7
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
'39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
13224-3
t•
t
01
the following characteristics based on ASTM
02
Standard square hole sieves:
03
a) Effective size: 0.16-0.26 mm.
04
b) Uniformity coefficient: Less than 2.2.
05
b. Silicia sand:
06
1) In 9 IN thick layer directly over ilmenite sand and
07
with the following characteristics based on ASTM
08
Standard square hole sieves:
09
a) Effective size: 0.35 - 0.45 mm.
10
b) Uniformity coefficient: 1.35 to 1.70.
11
c) Passing No. 16 sieve (1.19 mm): 98% MIN.
12
d) Passing No. 50 sieve (0.3 mm): 2V MAX.
13
c. Anthracite:
and with the
t�
14
1) In 16.5 IN layer over silica sand
15
following characteristics based on ASTM Standard
s�
16
square hole sieve:
17
a) Effective size: 1.0 - 1.1 mm.
18
b) Uniformity coefficient: Less than 1.7.
N,..
19
j'
20
2.02 SOURCE QUALITY CONTROL
21
22
A. Owner will test media samples in accordance with procedures
23
specified in AWWA B100.
„
24
25
26
-PART 3 - EXECUTION
27
"
28
3.01 PREPARATION
29
30
A. Filter Basins:
31
1. Each filter basin shall have existing tile underdrain
32
removed and replaced with specified.
33
2. The replacement underdrain system shall be checked for
34
distribution uniformity and structural stability prior
35
to placement of any filter media materials.
r,.
36
�I
37
3.02 INSTALLATION
38
39
A. General:
40
1. Do not install filter media until inspection and
41
approval of underdrains by Engineer.
42
2. Prior to installation of the filter
43
media, a pre -installation conference shall be held at
44
the jobsite with an experienced technical representative of
45
the media supplier to insure that the contractor is
46
well versed in the media installation.
47
3. Placement shall comply with media suppliers written
46
procedure and as described herein.
49
a. Media which becomes dirty or contaminated shall be
50
removed and replaced with clean material.
51
4. The bottom layer shall be carefully placed to avoid
52
damage to the filter underdrain system.
53
a. Each layer shall be completed before starting the
',,..
City of Lubbock, Municipal Water Treatment - Contract 7
01
02
03
04
OS
06
07
08
09
10
it
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
13224-4
01
layer above.
02
b. Workmen shall not stand or walk directly on the media
01
02
03
but on boards which will -sustain their weight without
03
04
displacing the media.
04
05
C. Before media is placed, mark top of all layers on side
05
06
of filter.
07
5. Each layer of filter media shall be deposited to.a
06
07
08
uniform thickness, with the top surface screeded or
08
09
otherwise brought to a true level plane.
09
10
a. Care shall be taken in depositing each layer not
10
it
''to disturb the level surface of the layer beneath.
11
12
b. The correct thickness of each layer shall be
12
13
determined by screeding each layer to a continuous
13
14
level line on the side of the filter basin.
14
15
15
16
B. Washing, Scraping, and Skimming:
16
17
1. Material in the sand passing at No. 50 sieve shall be
17
18
removed by scraping the surface after washing but before
18
19
the anthracite is installed.
19
20
a. Flat particles shall be removed from the anthracite by
20
21
skimming.
21
22
2. Washing and scraping shall comply with the media
22
23
suppliers written procedure, the AWWA B100, the standard,
23
24
except initial sand scraping shall follow five filter washes
24
25
of 5 to 8 minutes each, and approximately 1/3 of the total excess
25
26
fines shall be removed. Skimming of anthratic shall be done
26
27
as follows:
27
28
a. Initial Skimming:
28
29
1) After five filter washes, a layer approximately
29
30
3/8 inch thick shall be removed by skimming.
30
31
b. Subsequent Skimming:
31
32
1) Allowing three washes between each subsequent
32
33
skimming, two additional skimming operations shall
33
34
be performed.
34
35
35
36
C. After media placement is completed, backwash filter at
36
37
the designated rate fora minimum of 2 minutes.
37
38
38
39
3.03 DISINFECTION
39
40
40
41
A. After all work related to filter media and underdrain
41
42
replacement has been completed, and prior to the filter being
42
43
placed in service, the entire filter shall be disinfected by
43
44
chlorination in accordance with AWWA C653.
44
45
45
46
END OF SECTION
46
City of Lubbock,.Municipal Water Treatment - Contract 7
DIVISION 15
MECHANICAL
(THIS PAGE LEFT BLANK INTENTIONALLY)
15060-1
01
96B06 SECTION 15060
01.
02
02
03
PIPE AND PIPE FITTINGS:- GENERAL REQUIREMENTS
03
04
04
OS
05
06
06
PART 1 = GENERAL
07
1708
07
08
1.01 SUMMARY
09
09
10
A. Section Includes:
10
11
11
1. Process piping systems.
12
2. Utility piping systems.
12
13
3. Plumbing piping systems.
13
14
(
14
15
B. Related Sections include but are not necessarily limited to:
15
16
1, Division 0 - Bidding Requirements, Contract Forms, and
16
+
17
Conditions of the Contract.
17
l18
2. Division 1 - General Requirements.
18
19
3. Section 02221 - Trenching, Backfilling, and Compacting for
19
20
Utilities.
20
21
4. Section 09905 - Painting and Protective Coatings.
21
22
5. Section 10400 - Identification, Stenciling, and Tagging Systems.
22
r*
23
rt S
Pipe Support stems.
6. Section 15090 - y
23
24
`i
24
25
1.02 QUALITY ASSURANCE
25
26
!'+
26
27
A. Referenced Standards:
27
28
1. American National Standards Institute (ANSI):
28
29
a. B40.1, Gauges - Pressure Indicating Dial Type - Elastic
29
30
Element.
30
31
b. C110, Ductile Iron and Gray Iron Fittings, 3 IN through 48
31
32
IN for Water and Other Liquids.
32
33
c. C115, Flanged Ductile Iron Pipe with Threaded Flanges.
33
7134
d. C151, Ductile -Iron Pipe, Centrifugally Cast In Metal Molds
34
35
or Sand -Lined Molds for Water or Other Liquids.
35
36
2. American Society for Testing and Materials (ASTM):
36
37
a. A53, Standard Specification for Pipe, Steel, Black and
37
38
Hot -Dipped, Zinc -Coated Welded and Seamless.
38
39
b. A74, Cast -Iron Soil Pipe and Fittings.
39
40
c. A106, Specification for Seamless Carbon Steel Pipe for
40
41
High -Temperature Service.
41
42
d. A269, Specification for Seamless Austenitic Stainless Steel
42
43
Tubing for General Service.
43:
44
e. 0564, Rubber Gaskets for Cast -Iron Soil Pipe and Fittings.
Chloride (PVC)
44
45
45
f. D1785, Specification for Rigid Poly Vinyl
46
Compounds and Chlorinated Poly Vinyl Chloride (CPVC)
46
47
Compounds.
47
48
g. D2466, Socket Type (PVC) Plastic Pipe Fittings, Schedule 40.
48
t
t
49
h. D2467, Socket Type (PVC) Plastic Pipe Fittings, Schedule 80.
49
50
1. F439, Specification for Socket -Type Chlorinated Poly (Vinyl
50
51
Chloride) (CPVC) Plastic Pipe Fittings, Schedule 80.
51
52
J. F441, Specification for Chlorinated Poly (Vinyl Chloride)
52
53
(CPVC) Plastic Pipe, Schedules 40 to 80.
53
7
City of Lubbock, Municipal Water Treatment - Contract 7
F"
15060-2
01
3. American Water Works Association (AWWA):
01
02
a. C111, Rubber -Gasket Joints for Ductile Iron and Gray Iron
02
03
Pressure Pipe and Fittings.
03
04
b. C207, Steel Pipe Flanges for Waterworks Service - Sizes 4 IN
04
05
through 144 IN.
05
06
c. C900, Standard for Polyvinyl Chloride (PVC) Pressure Pipe, 4
06
07
IN through 12 IN, for Water.
07
08
4. Cast Iron Soil Pipe Institute (CISPI):
08
09
a. 301, Hubless.Cast-Iron Sanitary System: With No Hub Pipe
09
10
and Fittings.
10
11
11
12
1.03 SYSTEM DESCRIPTION
12
13
13
14
A. Piping Systems Organization and Definition:
14
15
1. Piping services are grouped into designated systems according to
15
16
the chemical and physical properties of the fluid conveyed,
16
17
system pressure, piping size and -system materials of
17
18
construction.
18
19
2. Table A below defines each service classification, its symbol,
19
20
and the designated system classification of each service.
20
21
21
22
TABLE A — PIPING SERVICES
22
23
23
24
SYMBOL SERVICE SYSTEM
24
25
------------- ------
25
26
SM Sample 7
26
27
LPA Low Pressure Air 12
27
28
28
29
29
30
3. See PIPING SPECIFICATION SCHEDULES in PART 3.
30
31
31
32
1.04 SUBMITTALS
32
33
33
34
A. Shop Drawings:
34
35
1. See Section 01340.
35
36
2. Fabrication and/or layout drawings:
36
37
a. Exterior yard piping drawings (minimum scale 1 IN equals 10
37
38
FT) with information including:
38
39
1) Dimensions of piping lengths.
39
40
2) Invert or centerline elevations of piping crossings.
40
41
3) Acknowledgement of bury depth requirements.
41
42
4) Details of fittings, tapping locations, thrust blocks,
42
43
restrained joint segments, harnessed joint segments,
43
44
hydrants, and related appurtenances.
44
45
5) Acknowledge designated valve or gate tag numbers,
45
46
manhole numbers, instrument tag numbers, pipe and line
46
47
numbers.
47
48
6) Line slopes and vents.
48
49
b. Interior piping drawings (minimum scale 1/8 IN equals 1 FT)
49
50
with information including;
50
51
1) Dimensions of piping and end connections.
51
52
2) Invert or centerline dimensions.
52
53
3) Centerline elevation and size of intersecting ductwork,
53
City of Lubbock, Municipal Water' Treatment - Contract 7
"+
15060-3
01
conduit/conduit racks, or other potential interferences
01
02
requiring coordination.
02
03
4) Location and type of pipe supports and anchors.
03
M
04
5) Locations of valves and valve operator type.
04
`
05
6) Details of fittings, tapping locations, equipment
05
06
connections, flexible expansion joints, connections to
06
07equipment,
and related appurtenances.
07
08
7) Acknowledgement of valve and equipment tag numbers and
08
09
instrument tag numbers.
09
10
8) Provisions for expansion and contraction.
10
11
9) Line slopes and air release vents.
11
12
10) Rough -in data for plumbing fixtures.
12
13
c. Schedule of interconnections to existing piping.
13
14
3. Product technical data including:
14
15
a. Acknowledgement that products submitted meet requirements of
15
16
standards referenced.
16
17
b. Copies of manufacturer's written directions regarding
17
18
material handling, delivery, storage and installation.
18
19
c. Master schedule showing piping appurtenances, pipe size,
19
20
schedule of pipe, type linings and coatings.
20
21
d. Technical product data on piping appurtenances.
21
22
4. Certifications:
22
23
a. Qualifications of lab performing disinfection analysis on
23
24
water systems.
24
25
5. Test reports:
25
26
a. Copies of pressure test results on all piping systems.
26
27
b. Reports defining results of dielectric testing and
27
28
corrective action taken.
28
29
c. Disinfection test report.
29
30
d. Notification of time and date of piping pressure tests.
30
31
31
32
1.05 DELIVERY, STORAGE, AND HANDLING
32
wow
33
33
34
A. Protect pipe coating during handling using methods recommended by
34
35
manufacturer. Use of bare cables, chains, hooks, metal bars or
35
36
narrow skids in contact with coated pipe is not permitted.
36
II'
37
37
38
B. Prevent damage to pipe during transit. Repair abrasions, scars, and
38
39
blemishes. If repair of satisfactory quality cannot be achieved,
39
40
replace damaged material immediately.
40
41
41
42
42
43
PART 2 - PRODUCTS
43
44
44
til
45
2.01 ACCEPTABLE MANUFACTURERS
45
46
46
^"
47
A. Subject to compliance with the Contract Documents, the following
47
48
Manufacturers are acceptable:
48
49
1. Gauges:
49
50
a. Ashcroft.
50
51
b. Or approved equal.
51
52
2. Pressure Switches:
52
53
a. Mercoid.
53
City of Lubbock, Municipal Water Treatment - Contract 7
15060-4
O1
b. SOR.
01
02
02
03
B.
Submit requests for substitution in accordance with Specification
03
04
Section 01640.
04
05
05
06
2.02
PIPING SPECIFICATION SCHEDULES
06
07
07
08
A.
Piping system materials, fittings and appurtenances are subject to
08
09
requirements of specific piping specification schedules located at
09
10
the end of PART 3 of this Specification; unless otherwise shown on
10
11
Drawings or Drawing Schedule.
11
12'
12
13
2.03
COMPONENTS AND ACCESSORIES
13
14
14
15
A.
Protective Coating and Lining:
15,
16
1. Include pipe, fittings, and appurtenances, where coatings,
16
17
linings, paint, tests and other items are stated.
17
18
2. Field paint pipe in accordance with Section 09905.
18
19
19
20
B.
Underground Warning Tape:
20
21
1. See Section 10400.
21
22
22
23
PART 3
- EXECUTION
23
24
24
25
3.01
EXTERIOR PIPING INSTALLATION
25
26
26
27
A.
Unless otherwise shown on the Drawings, provide a minimum of 4 FT
27
28
and maximum of 8 FT earth cover over exterior buried piping systems
28
29
and appurtenances conveying water, fluids, or solutions subject to
29
30
freezing.
30
31
31
32
B.
Enter and exit through structure walls, floors, and ceilings by
32
33
using wall penetrations specified in Section 01800 or as shown on
33
34
Drawings.
34
35'
_
35
36
C.
Install flexible joint within 2 FT of point where pipe enters or
36
37
leaves structure. Install second flexible joint not more than 6 FT
37
38
nor less than 4 FT from first joint. Provide balance of piping with
38
39
standard laying lengths.
39
40
40
41
D.
Install expansion devices as necessary to allow expansion and
41
42
contraction movement.
42
43
43
44
E.
Laying Pipe In Trench:
44
45
1. Excavate and backfill trench in accordance with Section 02221.
45
46
2. Clean each pipe length thoroughly and inspect for compliance to
46
47
Specifications.
47:
48
3. Grade trench bottom and excavate for pipe bell and lay pipe on
48
49
trench bottom.
49
50
4. Install gasket or joint material according to manufacturer's
50
51
directions after joints have been thoroughly cleaned and
51
52
examined.
52
53
S. Except for first two joints, before making final connections of
53
City of Lubbock, Municipal Water Treatment - Contract 7
01
02
03
04
05
06
17 07
08
09
10
17. 11
12
I^ 13
14
k
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
p, 38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
r
15060-5
joints, install two full sections of pipe with earth tamped
along side of pipe or final with bedding material placed.
6. Lay pipe in only suitable weather with good trench conditions.
Never lay pipe in water except where approved by Engineer.
7. Seal open end of line with watertight plug if pipe laying
stopped.
8. Remove water in trench before removal of plug.
G. Anchorage and Blocking:
1. Provide reaction blocking, anchors, joint harnesses, or other
acceptable means for preventing movement of piping caused by
forces in or on buried piping tees, wye branches, plugs, or
bends.
2. Place concrete blocking so that it extends from fitting into
solid undisturbed earth wall. Concrete blocks shall not cover
pipe joints.
3. Provide bearing area of concrete in accordance with drawing
detail.
H. Install insulating components where dissimilar metals are joined
together.
3.02 INTERIOR PIPING INSTALLATION
A. Install piping in vertical and horizontal alignment as shown on
Drawings.
B. Alignment of piping smaller than 4 IN may not be shown. However,
install according to Drawing intent and with ample clearance and
allowance for:
1. Expansion and contraction.
2. Operation and access to equipment, doors, windows, hoists,
moving equipment.
3. Headroom and walking space for working areas and aisles.
4. System drainage and air removal.
C. Enter and exit through structure walls, floor and ceilings using
wall penetrations as specified in Section 01800 and as shown on the
Drawings.
D. Install vertical piping runs plumb and horizontal piping runs
parallel with structure walls.
E. Use methods of piping support as shown on Drawings and as required
in Section 15090. Where pipes run parallel and at same elevation or
grade, they may be grouped and supported from common trapeze -type
hanger, provided hanger rods are increased in size as specified for
total supported weight. The pipe in the group requiring the least
maximum distance between supports shall set the distance between
trapeze hangers.
F. Locate and size sleeves required for piping system. Arrange for
chases, recesses, inserts or anchors at proper elevation and
City of Lubbock, Municipal Water Treatment - Contract 7
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
15060-6
01
location.
01
02
02
03
G. Use reducing fittings throughoutpipingsystems. Bushings will not
03
04
be allowed unless specifically approved.
04
05
05
06
H. Install expansion devices as necessary to allow
06
07
expansion/contraction movement:
07
08
08
09
I. Install all interior drain, waste, vent and potable water concealed
09
10
unless otherwise indicated on Drawings.
10
11
11
12
J. Potable Water Piping Installation:
12
13
1. Install drain tees with capped nipples of IPS brass,3 IN long at
13
14
low points. If low point occurs in concealed piping, provide
14
15
approved flush access panel. These drains are not shown on
15
16
Drawings.
16
17
2. Slope water lines down to drain points not less than 1 IN in 60
17
18
FT.
18
19
3. Install all threaded piping with clean-cut tapered threads and
19
20
with ends thoroughly reamed after cutting to remove burrs. Pipe
20
21
joint cement permitted only on external threads. For screwed
21
22
nipples for connections to flush valves, lavatory supplies, and
22
23
other equipment with threaded connections use iron, copper, or
23
24
brass pipe.
24
25
4. Install ball, butterfly and plug valves where indicated or
25
26
required to adequately service all parts of system and
26
27
equipment:
27
28
a. Install valves on each branch serving restroom.
28
29
b. Install valves on inlet and outlet connections of heat
29
30
exchangers and on other equipment connected to water lines.
30
31
S. Install unions between valves and connections to each piece of
31
32
equipment, and install sufficient number,of unions throughout
32
33
piping system to facilitate installation and servicing. On
33
34
copper pipe lines, install wrought, solder -joint, copper to
34
35
copper unions for lines 2 IN and smaller and, for line 2-1/2 IN
35
36
and over install brass flange unions.
36
37
6. Install piping so as to be free to expand with proper loops,
37
38
anchors and joints without injury to system or structure.
38
39
7. Provide approved type vacuum breaker and backflow preventer
39
40
installations indicated or as required by Code.
40
41
41
42
K. Anchorage and Blocking:
42
43
1. Block, anchor, or harness exposed piping subjected to forces, in
43
44
which mechanical, push on, flexible, or similar joints are
44
45
installed, to prevent separation of joints and transmission of
45
46
stress into equipment or structural components not designed to
46
47
resist those stresses. -
47
48
48
49
L. Equipment Pipe Connections:
49
50
1. Exercise care in bolting flanged joints so that there is no
50
51
restraint on the opposite end of pipe or fitting which would
51
52
prevent uniform gasket pressure at connection or would cause
52
53
unnecessary stresses to be transmitted to equipment flanges.
53
City of Lubbock, Municipal Water Treatment - Contract 7
15060-7
2. Where push -on joints are used in conjunction with flanged
01
joints, final positioning of push -on joints shall not be .made
02
until flange joints have been tightened without strain.
03
3. Tighten flange bolts at uniform rate which will result in
04
uniform gasket compression over entire area of joint. Provide
05
tightening torque in accordance with manufacturer's
06
recommendations.
07
4. support and match flange faces to uniform contact over their
08
entire face are prior to installation of any bolt between the
09
piping flange and equipment connecting flange.
10
5. Permit piping connecting to equipment to freely move in
11
directions parallel to longitudinal centerline when and while
12
bolts in connection flange are tightened.
13
6. Align, level, and wedge equipment into place during fitting and
14
alignment of connecting piping.
15
7. Grout equipment into place prior to final bolting of piping but
16
not before initial fitting and alignment.
17
8. To provide maximum flexibility and ease of alignment, assemble
18
connecting piping with gaskets in place and minimum of four
19
bolts per joint installed and tightened. Test alignment by
20
loosening flange bolts to see if there is"any change in
21
relationship of piping flange with equipment connecting flange.
22
Realign as necessary, install flange bolts and make equipment
23
connection.
24
9. Provide utility connections to equipment shown on Drawings,
25
scheduled or specified.
26
27
M. Provide insulating components where dissimilar metals are joined
28
together.
29
30
N. Assure gage tapping position is clear of equipment functions and
31
movements, and location is protected from maintenance and operation
32
of equipment. Assure gage is readable from an accessible standing
33
position.
34
35
3.03 CONNECTIONS WITH EXISTING PIPING
36
37
A. Where connection between new work and existing work is made, use
38
suitable and proper fittings to suit conditions encountered.
39
40
B. Perform connections with existing piping at time and under
41
conditions which will least interfere with service to customers
42
affected by such operation.
43
44
C. Undertake connections in fashion which will disturb system as little
45
as possible.
46
47
D. Provide suitable equipment and facilities to dewater, drain, and
48
dispose of liquid removed without damage to adjacent property.
49
50
E. Where connections to existing systems necessitate employment of past
51
installation methods not currently part of trade practice, utilize
52
necessary special piping components.
53
City of Lubbock, Municipal Water Treatment - Contract 7
15060-8
01
01
02
F. Where connection involves potable water systems, provide
02
03
disinfection methods as prescribed in these Specifications.
03
04
04
05
G. Once tie-in to each existing system is initiated, continue work
05
06
continuously until tie-in is made and tested.
06
07
07
08
3.04 FIELD QUALITY CONTROL
08
09
09
10
A. General:
10.
11
1. Test all piping systems upon completion of piping and prior to
11
12
application of insulation on exposed piping or covering
12
13
concealed or buried piping.
13
14
2.. Utilize pressures, media and pressure test durations as
14
15�
specified on Piping Specification Schedules.
15
16
3. Isolate equipment which may be damaged by the.specified pressure
16
17
test conditions.
17
18
4. Perform pressure test using calibrated pressure gages and
18
19
calibrated volumetric measuring equipment'to determine leakage
19
20
rates. Select each gage so that the specified test pressure
20
21
falls within the upper half of the gages range. Notify the
21
22
Engineer 24 HRS prior.to each test.
22
23
5. Completely assemble and test new piping systems prior to
23
24
connection to existing pipe systems, unless otherwise specified.
24
25
6. Acknowledge satisfactory performance of tests and inspections in
25
26
writing to Engineer prior to final acceptance.
26
27
7. Provide all necessary equipment and perform all work required in
27.
28
connection with the tests and inspections.
28
29
S. Bear the cost of all testing and inspecting, locating and
29
30
remedying of leaks and any necessary retesting and
30
31
re-examination. -
31
32
32
33
S. 'Pressure Testing Methods and Criteria:
33
34
1. Types of pressure testing and inspection to be employed include
34
35
hydrostatic pressure testing, cylinder water pumped compressed
35
36
air or cylinder nitrogen testing, low pressure air testing, and.
36
37
hydrostatic infiltration/exfiltration testing.
37
38
2. Gas and air systems: -
38
39
a. Unless otherwise specified in Piping Specification Schedule,
39-
40
utilize the following testing medium for gas and air
40
41
systems.
41
42
- _
42
43'
SPECIFIED
43
44
PIPE LINE SIZE TEST PRESSURE TESTING MEDIUM
44
45
--------------------------- --------------
45
46
2 IN and smaller 75 psi or less Air or water
46
47
2 IN and smaller Greater than 75 psi Water
47
48
Greater than.2 IN 3 psi or less Air or water
48
49
Greater -than 2 IN Greater than 3 psi Water
49
50
50.
51
b. The allowable leakage rate for hazardous gas systems,
51
52
systems receiving insulation, and systems tested with water
52
53
is zero at the specified test pressure throughout the
53
City of Lubbock, Municipal Water Treatment - Contract 7
15060-9
)r
i
01
specified test period. Hazardous gas systems include
01
02
digester gas, chlorine and natural gas systems.
02
03
c.
The allowable leakage rate for systems tested with air shall
03
04
be based on a maximum pressure drop of 5 percent of the
04
05
specified test pressure for the duration of the period.
05
06
Prior to starting a'test interval using air, assure air is
06
07
at ambient temperature and specified test pressure.
07
08
3. Liquid systems:
08
09
a.
The following liquid piping systems shall have zero leakages
09
10
at the specified test pressure throughout the specified
10
11
11
duration:
12
1) Exposed piping.
12
13
2) Buried insulated piping and buried or exposed pressure
13
14
piping.
14
15
4. Hydrostatic pressure testing:
15
16
a.
All joints, including welds, are to be left exposed for
16
17
examination during the test. Provide additional temporary
17
18
supports for piping systems designed for vapor or gas to
18
19
support the weight of the test water.
19
20
b.
Provide temporary restraints for expansion joints for
20
21
additional pressure load under test. Equipment in piping
21
22
system with rated pressure lower than pipe test pressure
22
�*
23
shall be isolated by valves or blind flanges.
23
24
c.
Do not paint or insulate exposed piping until successful
24
25
performance of pressure test.
25
26
d.
Test soil, waste, drain and vent piping at completion of
26
r
27
installation of each stack or section of piping by filling
27
28
system with water to highest point and checking joint and
28
29
fitting for leaks. Leaks must be eliminated before
29
30
proceeding with work or concealing pipe. Minimum test
30
31
heights shall be 10 FT.
31
32
S. Low
pressure air test:
32
33
a.
Check pneumatic plugs for proper sealing.
33
34
b.
Place plugs in line at each manhole and inflate to 25 psig.
34
'
35
c.
Introduce low pressure air into sealed line segment until
35
36
air pressure reached 4 psig greater than ground water than
36
37
may be over the pipe. Use test gage conforming to ANSI
37
38
B40.1 with 0 to 15 psi scale and accuracy of 1 percent of
38
39
full range.
39
40
d.
Allow 2 minutes of air pressure to stabilize.
40
41
e.
After stabilization period (3.5 psig minimum pressure in
41
42
pipe) discontinue air supply to line segment:
42
43
1) Acceptable time for loss of 1 psig of air pressure shall
43
r
44
be:
44
tl,
45
45
46
PIPE SIZE TIME, MINUTES/100 FT
46
47
------- ----------------------
4748
48
6 0.7
49
8 1.2
49
50
10 1.5
50
51
12 1.8
51
�!
52
15 2.1
52
53
18 2.4
53
r
E'
3i
1
City
of Lubbock, Municipal Water Treatment — Contract 7
F;
CI.
15060-10
O1 21 and larger 3.1
02
03 C. Dielectric Testing Methods and Criteria:
04 1. Provide electrical check between metallic non-ferrous pipe or
05 appurtenances and ferrous elements of construction to assure
06 discontinuity has been maintained.
07 2. Wherever electrical contact is demonstrated by such Eest, locate
08 the point or points of continuity and correct the condition.
09
10 3.05 CLEANING.AND DISINFECTION
11
12 A. Cleaning:
13 1. Clean interior of piping systems thoroughly before installing.
14 2. Maintain pipe in clean condition during installation.
15 3. Before jointing piping, thoroughly clean and wipe joint contact
16 surfaces and then properly dress and make joint.
17 4. Immediately prior to pressure testing, clean and remove grease,
18 metal cuttings, dirt, or other foreign materials which may have
19 entered the system.
20 S. At completion of work and prior to Final Acceptance, thoroughly
21 clean work installed under these Specifications. Clean
22 equipment, fixtures, pipe, valves, and fittings of grease, metal
23 cuttings, and sludge which may have accumulated by operation of
24 system, from testing, or from other causes. Repair any stoppage
25 or discoloration or other damage to parts of building, its
26 finish, or furnishings, due to failure to properly clean piping
27 system, without cost to Owner.,
28 6. After erection of piping and tubing, but prior to installation
29- of service outlet valves, blow natural gas systems clear of free
30 moisture and foreign matter by means of cylinder water -pumped
31 nitrogen or cylinder water -pumped compressed air.
32 7. Clean chlorine piping by pulling a cloth saturated with
33 trichlorethylene or other suitable chlorinated solvent through
34 each length of pipe. Disassemble valves and clean with suitable
35 aolvent. All surfaces which may come in contact with chlorine
36 gas shall be thoroughly dry, and free of oil or grease before
37 placing in service.
38
39 B. Disinfection of Potable Water Systems:
40 1. After favorable performance of pressure test and prior to Final
41 Acceptance,�thoroughly flush entire potable water piping.
42 2. Drain flushing water to sanitary sewer. Do not drain flushing
43 water to receiving stream.
44
45 3.06 LOCATION OF BURIED OBSTACLES
46
47 A. Furnish exact location and description of buried utilities and
48 thrust blocks encountered.
49
50 B. Reference items to definitive reference point locations such as
51 found property corners, entrances to buildings, existing structure
52 lines, fire hydrants and related fixed structures.
53
City of Lubbock, Municipal Water Treatment, -.Contract 7
01
02
03
04
05
06_
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22�
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40.
41
42
43
44
45
46
47
48
49
50
51
52
53
15060-11
01
C. Include such information as location, elevation, coverage, supports
01
02
and additional pertinent information which will be required by
02
03
future contractors for replacement servicing, or adjacent
03
04
construction around any buried facility.
04
05
05
06
D. Incorporate information on "As -Recorded" Drawings.
06
07
07
08
3.07 PIPE INSTALLATION
08
09
09
10
A. Insulate pipe and pipe fittings in accordance with Section 15183.
10
11
11
12
3.08 SCHEDULES - UNLESS OTHERWISE NOTED ON THE DRAWINGS.
12
13
13
14
A. PIPING SPECIFICATION SCHEDULE — SYSTEM 1 THRU 6 - NOT USED
14
15
15
16,
B. PIPING SPECIFICATION SCHEDULE - SYSTEM 7
16
17
17
18
1. General:
18
19
a. Piping symbol and service:
19
20
1) SM - Sample.
20
21
b. Test requirements:
21
22
1) Test medium: Water.
22
23
2) Pressure: 50 psig.
23
24
3) Duration: 6 HRS.
24
25
c. Gasket requirements:
25
26
1) Flange: EPDM.
26
27
2) Unions: Buna-N O -rings.
27
28
2. System components:
28
29
a. Pipe size: Through 3 IN.
29
30
1) Exposed service:
30
31
a) Materials: PVC, Type 1, Grade 1, Schedule 80.
31
32
b) Reference: ASTM D1785.
32
33
c) Lining: None.
33
34
d) Coating: Paint.
34.
35
e) Fitting and joints: Solvent welded socket type
35
36
fittings complying with ASTM D2467 with unions at
36
37
valves, penetrations through structure and equipment
37
38
connections for pipe 2 IN and less and flanges at
38
39
those locations for pipe above 2 IN.
39
40
2) Buried service:
40
41
a) Materials: PVC, Type 1, Grade 1, Schedule 40.
41
42
b) Reference: D1785.
42
43
c) Lining: None.
43
44
d) Coating: None.
44
45
e) Fittings and joints: Solvent welded socket type
45
46
fitting complying with ASTM D2466.
46
47
47
48
C. PIPING SPECIFICATION SCHEDULE - SYSTEM 8 THRU 11 - NOT USED
48
49
49
50
D. PIPING SPECIFICATION SCHEDULE - SYSTEM 12
50
51
1. General
51
52
a. Piping symbol and service.
52
53
1) LPA - Low Pressure Air.
53
City of Lubbock, Municipal Water Treatment Contract 7
15060-12
01
b. Test requirements:
01
02
1) Test medium: Air.
02
03
2) Pressure: 20 psig.
03
04
3) Duration: 6 HRS.
04
05
c. Gasket requirements:
05
06
1) Viton, 300 DegF.
06 --
07
d. Temperature:
07
08
1) Normal: 170 DegF.
08
09
2) Maximum: 250 DegF.
09
10
2. System components:
10
11
a. Pipe size: All.
11
12
1) Service inside. and outside of blower building.
12
13
a) Material: Steel, Schedule 40.
13
14
b) Reference: ASTM C200.
14
15
c) Lining: Liquid epoxy per ASTM C210.
15
16
d) Coating: Epoxy paint.
16
17
e) Fittings and joints: Fittings of fabricated
17
18
steel meeting ASTM C208. Welded joints with
18
19
flanges at equipment and valves. Harnessed
19
20
compression sleeve couplings where indicated on
20
21
Drawings. Use of mechanical couplings and
21
22
fittings in lieu of flanged joints is
22
23
acceptable.
23 —
24
2) Filter:
24
25
a) Materials: Stainless steel, Schedule 10.
25
26
b) Reference: ASTM
26
27
c) Lining: None.
_
27
28
d) Coating: None.
28
29
e) Fittings and joints: Welded or.flanged.
29
30
Mechanical couplings in lieu of flanged fittings
30
31
is acceptable.
31
32
32
33
33 —
34
34
35
END OF SECTION
35
City of Lubbock, Municipal Water Treatment..- Contract 7
15090-1
015
01
91G12 SECTION 15090
02
a2
02
r
03
PIPE SUPPORT SYSTEMS
03
04
04
05
05
06
PART 1 - GENERAL
06
07
07
08
1.01 SUMMARY
08
09
09
10
A. Section Includes:
10
11
11
1. Pipe support and anchor systems.
12
12
13
B. Related Sections include but are not necessarily limited to:
13
14
1. Division 0 - Bidding Requirements,.Contract Forms, and
14
15
Conditions of the Contract.
15
16
2, Division 1 - General Requirements,
16•
I
17
3. Section 09905 - Painting and Protective Coatings.
17
18
6
18
19
1.02 QUALITY ASSURANCE
19
20
20
21
A. Referenced Standards:
21
22
1. American National Standards Institute (ANSI):
22
�•*
23
a. B31.1, Power Piping.
23
I!
24
b. B31.3, Chemical Plant and Petroleum Refinery Piping.
24
25
2. American Society for Testing and Materials (ASTM):
25
26
a. A153, Standard Specification for Zinc Coating (Hot -Dip) on
26
27
Iron and Steel Hardware.
27
28
b. A385, Standard Practice for Providing High Quality Zinc
28
29
Coatings (Hot -Dipped).
29
r'
30
c. A575, Merchant Quality Hot -Rolled Carbon Steel Bars.
30
31
3. American Welding Society (AWS):
31
32
a. D1.1, Structural Welding Code - Steel.
32
33
4. Manufacturer's Standardization Society of the Valve and Fittings
33
a
34
Industry (MSS):
34
35
a. SP -58, Pipe Hangers and Supports - Materials, Design and
35
36
Manufacture.
36
37
b. SP -69, Pipe Hangers and Supports - Selection and
37
38
Application.
38
39
39
40
1.03 SUBMITTALS
40
41
41
'
42
A. Shop Drawings:
42
43
1. See Section 01340.
43
44
2. Product technical data including:
44
45
a. Acknowledgement that products submitted meet requirements of
45
46
standards referenced.
46
47
b. Manufacturer's installation instructions.
47
48
c. Itemized list of wall sleeves, anchors, support devices and
48
'
49
all other items related to pipe support system.
49
r.,
50
d. Scale drawings showing guides, hangers, supports, anchors,
50
51
structural members and appurtenances to describe the pipe
51
52
support system.
52
53
53
City of Lubbock, Municipal Water Treatment - Contract 7
15090-2
O1
01
02
PART
2 - PRODUCTS
02
03
03
04
2.01
MANUFACTURED UNITS
04
05
05
06
A.
General:
06
07
1. Contact between dissimilar metals shall be prevented.
07
08
2. Pipe in contact with dissimilar metal shall be rubber or vinyl
08
09
coated.
09
10
3. Pipe supports in the following areas shall be stainless steel
10
11
(AISI Type 304 or 316):
11
12
a. Inside water containing structures.
12
13
4.a All others, unless otherwise noted, shall be hot -dipped
13
14
galvanized in accordance with ASTM A153 and A385.
14
15
15
16
B.
Hanger Rods:
16
17
1. Material: ASTM A575.
17
18
2. Continuously threaded.
18
19
3. Electro -galvanized or cadmium plated after threads are cut.
19
20
4. Load limit:
20
21
21
22
NOMINAL ROD DIAMETER MAXIMUM SAFE LOAD, (LBS)
22
23
-------------------- -----------------------
23
24
3/8 IN DIA (min) 610
24
25
1/2 INDIA 11130
25
26 -
5/8 IN DIA 1,810
26
27
3/4 IN DIA 2,710
27
28
7/8 IN DIA 3,770
28
29
1 IN DIA 4,960
29
30
30
31
C.
Hangers:
31
32
1. Hangers for use directly on copper pipe: Copper or cadmium
32
33
plated.
33
34
2. Hangers for use other than directly on copper pipe: Cadmium
34
35
plated or galvanized.
35
36
3. Hanger type schedule:
36
37
37
38
APPLICATION PIPE SIZE HANGER TYPE
38
39
----------- --------- -----------
39
40
40
41
All except noted 4 IN & less ITT Grinnell Figure 108
41
42
with Figure 114
42
43
43
44
All except noted Thru 24 IN ITT Grinnell Figure
44
45
260, except Figure 590
45
46
for cast iron pipe
46
47
47
48
Steam, condensate_ All ITT Grinnell Figure 181
48
49
and hot water and Figure 82
49
50
50
51
D.
Concrete Inserts for Hanger .Rods: .
51
52
1. Continuous slots: Unistrut #P3200.
52
53
2. Individual inserts: ITT Grinnell Figure 281.
53
City of Lubbock, Municipal.Water Treatment — Contract 7
t
I�
l 01
02
PMO 03
04
05
" 06
k 07
08
n 09
10
11
12
13
14
15
r.�. 16
t l 17
18
19
20
fi
21
22
23
F j 24
25
26
f 27
28
29
30
31
32
r.
33
34
35
36
37
G 38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
15090-3
3. Self -drilling expansion anchors: Phillips flush -end or snap -off
end type.
E. Beam Clamps for Hanger Rods:
1. Heavy duty.
2. ITT Grinnell Figure 134.
F. Trapeze Hangers for Suspended Piping:
1. Material: Steel, galvanized.
2. Angles, channels, or other structural shapes.
3. Curved roller surfaces at support point corresponding with type
of hanger required.
G. Vertical Pipe Supports:
1. At base of riser.
2. Lateral movement:
a. Clamps or brackets:
1) ITT Grinnell Figure 261 with:
a) Figure 112 and 113 for 2-1/2 IN DIA and less.
b) Figure C-211 for 3 IN DIA and larger or pipe rack.
H. Expanding Pipe Supports:
1. Spring hanger type.
2. MSS SP -58.
I. Pipe Support Saddle:
1. For pipe located 3 FT or less from floor elevator, except as
otherwise indicated on Drawings.
2. ITT Grinnell Figure 264.
J. Pipe Support Risers:
1. Schedule 40 steel pipe.
2. Finish: Galvanized.
3. As recommended by saddle manufacturer.
K. Pipe Support Base Plate:
1. 4 IN larger than support.
2. Collar 3/16 IN thickness, circular in shape, and sleeve type
connection to pipe.
3. Collar fitted over outside of support pipe and extended 2 IN
from floor plate.
4. Collar welded to floor plate.
S. Edges ground smooth.
6. Assembly hot dipped galvanized after fabrication.
L. Pipe Covering Protection Saddle:
1. For insulated pipe at point of support.
2. ITT Grinnell Figure 167,'Type B.
M. Wall Brackets:
1. For pipe -located near walls and 8 FT or more above floor
elevation or as otherwise indicated on the Drawings.
2. ITT Grinnell Figure 199.
City of Lubbock, Municipal Water -Treatment - Contract 7
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
15090-4
N. Pipe Anchors:
1. For locations shown on the Drawings.
2. 1/4 IN steel plate construction.
3. Hot dipped galvanized after fabrication.
4. Designed to prevent movement of pipe at point of attachment.
O. Pipe Guides:
1. For locations on both sides on each expansion joint or loop.
2. To ensure proper alignment of expanding or contracting pipe.
3. ITT Grinnell Figure 256..
P. Substitutions:
1. Submit requests for substitutions in accordance with
Specification Section 01640.
2.02 DESIGN REQUIREMENTS
A. Supports capable of supporting the pipe for all service and testing
conditions.
B. Allow free expansion and contraction of the piping to prevent
excessive stress resulting from service and testing conditions or
from weight transferred from the piping or attached equipment.
C. Design supports and hangers to allow for proper pitch of pipes.
D. For chemical and waste piping, design, materials of construction and
installation of pipe hangers, supports, guides, restraints, and
anchors:
1. ANSI B31.3.
2. MSS SP -58 and SP -69.
3. Except where modified by this Specification.
E. For steam and hot and cold water piping, design, materials of
construction and installation of pipe hangers, supports, guides,
restraints, and anchors:
-1. ANSI B31.1.
2. MSS SP -58 and SP -69.
F. Check all physical clearances between piping, support system and
structure.
1. Provide for vertical adjustment after erection.
G. Support vertical pipe runs in pipe chases at base of riser. Support
pipes for lateral movement with clamps or brackets.
H. Place hangers on outside of pipe insulation. Use a pipe covering
protection saddle for insulated pipe at support point.
1. Insulated piping 1-1/2 IN and less:
a. Provide a 9 IN length of 9 LB density fiberglass insulation
at saddle.
2. Insulated piping over 1-1/2 IN:
City of Lubbock, Municipal Water Treatment. Contract 7
O1
02
03
04
OS
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
15090-5
01
a. Provide a 12 IN length of 9 LB density fiberglass insulation
01
02
on saddle.
02
03
03
04
I. Provide 20 GA galvanized steel pipe saddle for fiberglass and
04
05
plastic support points to ensure minimum contact width of 4 IN.
05
06
06
07
J. Pipe Support Spacing:
07
O8
1. General:
08
09
a. Locate pipe supports at maximum spacing scheduled unless
09
10
indicated otherwise on the Drawings.
10
11
b. Provide at least one support for each length of pipe at each
11
12
change of direction and at each valve.
12
13
2. Steel, stainless steel, cast-iron pipe support schedule:
13
14
14
15
PIPE SIZES - IN MAXIMUM SPAN - FT
15
16
17
1-1/2 and less 5
17
18
2 thru 4 8
18
19
5 thru 8 10
19
20
10 and greater 10
20
21
21
22
3. Copper Pipe Support Schedule:
22
23
23
24
PIPE SIZES - IN MAXIMUM SPAN - FT
24
-----------------
25
25
26
---------------
2-1/2 and less 5
26
27
3 thru 6 8
27
28
8 and greater 8
28
29
29
30
4. PVC Pipe Support Schedule:
30
31
31
32
PIPE SIZES - IN MAXIMUM SPAN - FT
32
33
33
34
--------------- -----------------
1-1/4 and less 3
34
35
1-1/2 thru 3 4
35
36
4 and greater 5
36
37
37
38
* Maximum fluid temperature of 120 DegF.
38
39
39
40
5. Support each length and every fitting:
40
41
a. Bell and spigot piping:
41
42
1) At least one hanger.
42
43
2) Applied at bell.
43
44
b. Mechanical coupling joints:
44
45
1) Place hanger within 2 FT of each side of fittings to
45
46
keep pipes in alignment.
46
47
6. Space supports for soil and waste pipe and other piping systems
47
48
not included above every 5 FT.
48
49
7. Provide continuous support for nylon tubing.
49
50
50
51
51
52
52
PART 3 - EXECUTION
53
5 3
City of Lubbock, Municipal Water Treatment - Contract 7
15090-6
01
3.01
INSTALLATION
01
02
02
03
A.
Provide piping systems exhibiting pulsation, vibration, swaying, or
03
04
impact with suitable constraints to correct the condition.
04
05
1. Included in this requirement are movements from:
05.
06
a. Trap discharge.
06
07
b. Water hammer.
07
08
c. Similar internal forces.
08
09
09
10
B.
Provide additional supports as required adjacent to couplings.
10
11
11
12
C.
Piping Connections to Equipment: Support pipe with pipe support and;
12
13
not on equipment.
13
14
14
15
D.
Stacked Pipes:. No pipe to be supported from pipe above.
15
16
16
17
E.
Pedestal Pipe Supports:
17
18
1. Provide isolation pad under anchoring flanges.
1B
19
2. Locations:
19
20
a. Adjacent to equipment.
20
21
b. At other locations as required to provide vibration
21
22
isolation.
22
23
23
24
F.
Support all piping to prevent undue strain on any valve, fitting or
24
25
piece of equipment..
25
26
1. Locations:
26
27
a. Changes in direction.
27
28
b. Change in elevation.
28
29
c. Adjacent to flexible couplings.
29
30
30
31
G.
Weld Supports:
31
32
1. AWS D1.1.
32
33
2. Weld anchors to pipe in accordance with ANSI B31.3.
33
34
34
35
H.
Locate piping and pipe supports as to not interfere with open
35
36
accesses, walkways, platforms, and with maintenance or disassembly
36
37
of equipment.
37
38
38
39
I.
Inspect hangers for:
39
40
1. Design offset.
40
41
2. Adequacy of clearance for piping and.supports in the hot and
41
42
cold positions.
42
43
3. Guides to permit movement without binding.
43
44
4. Adequacy of anchors.
44
45
45
46
J.
Inspect hangers after erection of piping systems and prior to pipe
46
47
testing and flushing.
47
48
48
49
K.
Install individualorcontinuous slot concrete inserts for use with
49
50
hangers for piping and equipment.
50
51
1. Install concrete inserts as concrete forms are installed.
51
52
52
53
L.
Welding:
53
City of Lubbock, Municipal Water Treatment - Contract7
O1
02
03
04
05
06
07
08
09
10
11
12
IA
15090-7
1. Welding rods: ASTM and AWS standards. 01
2. Integral attachments: 02
a. Include welded -on ears, shoes, plates and angle clips. 03
b. Ensure material for integral attachments is of good weldable 04
quality. 05
3. Preheating, welding and postheat treating: ANSI 831.3, Chapter 06
V. 07
08
Field Painting: 09
1. Comply with Section 09905. 10
11
END OF SECTION 12
City of Lubbock, Municipal Water Treatment - Contract 7