Loading...
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