HomeMy WebLinkAboutResolution - 4108C - Southeast Water Reclamation Plant Contract #4 - Bid 12425 - 03_25_1993Resolution No. 4108C
March 25, 1993
Item # 11
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock BE and is hereby authorized and
directed to execute for and on behalf of the City of Lubbock a Contract by
and between the City of Lubbock and BRB Contractors, Inc., for SE water
Reclamation Plant Improvements, Contract #4, attached herewith, which shall
be spread upon the minutes of the Council and as spread upon the minutes of
this Council shall constitute and be a part of this Resolution as if fully
copied herein in detail.
Passed by the City Council this
ATTEST:--
etty a ns i y Secretary
APPROVED AS TO CONTENT:
J�L
Victor Kildlan, Purchasing Manager
APPROVED AS TO FORM:
h,
D&Iald G. Vandiver, -First AsSiS
City Attorney
DGV:jx/==NTR.RES
=-Agenda/May 17, 1993
i
i
LUBBOCK TEXAS
CONTRACT NO.4
PLANTS 2 & 3 IMPROVEMENTS,
LABORATORY IMPROVEMENTS,
AND
DEMOLITION OF PLANT 1
BID # 12425
VOLUME 1 OF 2
F
F
r
E
F
r-
f
LUBBOCK, TEXAS
SOUTHEAST WATER RECLAMATION PLANT IMPROVEMENTS
CONTRACT 4 - PLANTS 2 & 3 IMPROVEMENTS, LABORATORY IMPROVEMENTS,
AND DEMOLITION OF PLANT 1
BID NO. 12425
ADDENDUM NO. 2
A. SCOPE. This Addendum No. 2 consists of page AD2-1. This Addendum
No. 2 covers the following changes to the specifications for this
project.
B. SPECIFICATIONS.
1. GENERAL INSTRUCTIONS TO BIDDERS
Pape 5, Paragraph 4. Revise the first sentence as follows and add
the second sentence:
"The construction covered by this contract shall be fully
completed within 790 (SEVEN HUNDRED NINETY) calendar days
from effective date of Notice to Proceed issued by the City
of Lubbock to the successful bidder. The contract time shall
be reduced to 730 (SEVEN HUNDRED THIRTY) calendar days if
Item 6.0 (Alternative B) is not included in the project. "
2. BID PROPOSAL
Page 14. Revise the first sentence of the paragraph -that begins
with "Bidder hereby agrees to commence the work...":
"...to fully complete the project within 790 (SEVEN HUNDRED
NINETY) consecutive calendar days... and other contract
documents. The contract time shall be reduced to 730 (SEVEN
HUNDRED THIRTY) calendar days if Item 6.0 (Alternative B) is
not included in the project."
3. GENERAL CONDITIONS OF THE AGREEMENT
Page 38, Paragraph 34. Revise the top sentence on the page as
follows and add the following sentence:
"...and must be completed within 790 (SEVEN HUNDRED NINETY)
consecutive calendar days, unless extended by an approved
change order. The contract time shall be reduced to 730
(SEVEN HUNDRED THIRTY) calendar days if Item 6.0 (Alternative
B) is not included in the project."
ACKNOWLEDGEMENT BY BIDDER
Each Bidder- is requested to acknowledge receipt of this Addendum No. 2
in the space provided in the Bid Proposal.
March 3, 1993 BLACK & VEATCH
(LUBBOCK, TEXAS
(SEWRP - CONTRACT 4
17578 1 AD2-1
912"1--
City of Lubbock
P.O. Box 2000
Lubbock, Texes 79457
906-767-2167
Office of
Purchasing
MAILED TO VENDOR: March 2, 1993
CLOSE: 03/09/93 @ 2 PM.
BID # 12425 - Southeast Water Reclamation Plant Improvements,
Contract # 4
ADDENDUM # 1
PLEASE NOTE THE FOLLOWING:
1. Please modify or amend Contract Documents as per the attached
sheets. The addendum shall become part of the Contract
Documents.
ZRon
K YOUShuffi ,
Senior Buyer
PLEASE RETURN ONE COPY WITH YOUR BID
r
LUBBOCK, TEXAS
SOUTHEAST WATER RECLAMATION PLANT IMPROVEMENTS
CONTRACT 4 - PLANTS 2 & 3 IMPROVEMENTS, LABORATORY IMPROVEMENTS,
AND DEMOLITION OF PLANT 1
BID NO. 12425
ADDENDUM NO. 1
A. SCOPE. This Addendum No. 1 consists of pages AD1-1 through
AD1-107, and Figures 1-AD1 through 21-AD1.
This Addendum No. 1 covers the following additions and changes to the
specifications and drawings for this project.
B. SPECIFICATIONS.
1. INSTRUCTIONS TO BIDDERS
Page 9, Paragraph 20. Add the following after the second sentence
of the first paragraph:
"The total bid for each item and sum of the bid items shall
be completed. The individual amounts for materials and
services will be required to be submitted no later than 24
hours after the bids are opened."
Pace 10. Para ra h 20. Revise the sentence referring to Item 12.0
- Alternative H as follows:
"Reinforced masonry block veneer/reinforced concrete
containment walls, slabs, and ..."
Revise the sentence referring to Item 16.0 - (Alternative H2) as
follows:
"Prestressed double -tee veneer/reinforced concrete
containment walls, slabs, and ..."
Page 11, Paragraph 22. Revise the first sentence as follows:
"Each bidder shall submit with his bid, on the form provided,
C a tentative list of subcontractors he expects to use in the
Work. The apparent low bidder shall notify the Engineer and
Owner of any change to the list."
(LUBBOCK, TEXAS )
(SEWRP - CONTRACT 4)
j' (17578 ) AD1-1
7
F2. BID PROPOSAL AND FORMS
Substitute the revised attachment to the Bid Proposal, designated
as pages AD1-27 through AD1-29.
A copy of the terms and conditions for the QEI SCADA system,
designated as pages AD1-30 through AD1-34, is attached.
Additional costs for bonds and insurance that may be required by
the Contractor shall be considered in the Contractor's Base Bid
Item 1.0.
Delete SRF Form 404 dated June 19, 1988, and substitute the
revised SRF Form 404 dated May 13, 1991, a copy of which is
attached and designated as page AD1-35. Add SRF Form 373 dated
June 2, 1989, a copy of which is attached and designated as page
AD1-35A.
Delete the Questionnaire and substitute the new Questionnaire, a
copy of which is attached and designated as pages AD1-36 through
AD1-38.
3. WAGE RATES
1 Delete the Davis -Bacon Wage Rates and cover letter dated
1 January 8, 1992 and substitute the new Davis -Bacon rates and
letter dated December 8, 1992, designated as pages AD1-39 through
AD1-44.
4. SPECIAL CONDITIONS
FPage SC-3, Paragraph SC-1. Add the following paragraph:
"1.01. Flood Hazard Insurance. This provision applies to
structures that are insurable under the National Flood
Insurance Program of the Federal Emergency Management Agency.
The Contractor shall apply for flood insurance on all
insurable structures that will be built under this contract.
A copy of the completed application must be provided to the
Owner before commencing construction of the Work. The
Contractor shall obtain the flood hazard insurance as soon as
possible and submit a copy of the policy to the Owner."
Page SC-6, Paragraph SC-9. Add the following paragraph after the
list of Plant No. 3 structures:
"Following substantial completion of Plant No. 2, the Owner
shall operate the plant for a time period not to exceed 30
calendar days to stabilize the biological process and run
tests to determine that the plant meets it permit
r. requirements. At the end of the 30-day period, the (honer
(LUBBOCK, TEXAS
(SEWRP - CONTRACT 4�
(17578 ) AD1-2
r
will relinquish Plant No. 3 to the Contractor for renovation
activities. Another maximum 30-day period will also required
following renovation at plant No. 3 before Plant No. 1 will
be relinquished to the Contractor for demolition."
Page SC-9, Paragraph SC-18. Add the following paragraphs:
"The Owner has previously coordinated with the appropriate
agencies and impacts to known cultural and archeological
deposits have been avoided or mitigated. However, the
Contractor may encounter unanticipated cultural or
archaeological deposits during construction.
If archeological sites or historic structures which may
qualify for designation as a State Archeological Landmark
according to the criteria in 13 TAC 41.6 - 41.10, or -that may
be eligible for listing on the National Register of Historic
Places in accordance with 36 CFR Part 800, are discovered
after construction operations are begun, the Contractor shall
immediately cease operations in that particular area and
notify the Owner, the TWDB, and Texas Antiquities Committee,
P.O. Box 12276, Capital Station, Austin, Texas 78711 - 2276.
The Contractor shall take reasonable steps to protect and
preserve the discoveries until they have been inspected by
the Owner's representative and the TWDB. The Owner will
promptly coordinate with the State Historic Preservation
Officer and any other appropriate agencies to obtain any
necessary approvals of permits to enable the work to
continue. The Contractor shall not resume work in the area
of the discovery until authorized to do so by the Owner.
If a threatened or endangered species is encountered during
construction, the Contractor shall immediately cease work in
the area of the encounter and notify the Owner, who will
immediately implement actions in accordance with ESA and
applicable State statutes. These actions shall include
reporting the encounter to the Environmental Protection
Agency, the TWDB, the U.S. Fish and Wildlife Department,
obtaining any necessary approvals or permits to enable work
to continue, or implement other mitigative actions. The
Contractor shall not resume construction in the area of the
encounter until authorized to do so by the Owner."
5. SECTION 01015 - PROJECT REQUIREMENTS
Page 1, Paragraph 4. Add the following sentences:
"The Contractor shall meet with LP&L within two (2) weeks
after the date for the notice to Proceed and schedule and
locate all locations required for Contractor's temporary
(LUBBOCK, TEXAS )
(SEWRP - CONTRACT 4)
(17578 ) AD1-3
F
power and all relocations of existing overhead distribution
for construction of the project. Contractor shall schedule
r. construction to accommodate LP&L's and the Owner's schedule
E for relocating or removing overhead power lines."
Page 5, Paragraph 16. Revise the first sentence as follows:
'...are identified on the drawings and in the report titled
"Asbestos in Building Survey" prepared by Grimes and
r Associates.'
A copy of the report is attached to this addendum and is
designated as pages AD1-45 through AD1-81.
Pa e 6, Paragraph 16.03. Revise the —last sentence of the
paragraph as follows:
'...asbestos containing materials not specifically identified
on the Drawings or in the "Asbestos in Building Survey" will
be made by Change Order or be removed by the Owner.'
6. SECTION 01300 - SUBMITTALS
Page 2, Paragraph 1.06. Revise the last sentence of subparagraph
b. as follows:
"...to be substantially completed by May 9, 1994."
Page 3, Paragraph 1.06.
Add the following subparagraphs:
"i. The existing main instrument panel in the building to be
converted to the Laboratory shall be removed prior to
beginning building demolition activities. The panel
shall be temporarily relocated to the Administration
Building (Contract 2) in a location acceptable to the
Owner. Refer to the electrical section 16050 for
additional requirements.
j. Following substantial completion of Plant No. 2, the
Owner shall operate the plant for a time period not to
exceed 30 calendar days to stabilize the biological
process and run tests to determine that the plant meets
it permit requirements. At the end of the 30-day
period, the Owner will relinquish Plant No. 3 to the
Contractor for renovation activities. Another maximum
30-day period will also required following renovation at
Plant No. 3 before Plant No. 1 will be relinquished to
the Contractor for demolition."
L, TEXAS
LUBBOCK,NWRP - CONTRACT 43
(17578 ) AD1-4
F
r
F. 7. SECTION 01500 - TEMPORARY FACILITIES
7
F
Page 5. Add the following paragraphs to the page:
"17. STORMWATER POLLUTION PREVENTION PLAN (SWPPP).
17.01. General Requirements. The Contractor shall prepare
and submit a Notice of Intent (NOI) for Stormwater Discharge
to the United States Environmental Protection Agency (USEPA)
not less than 2 days prior to initiating any clearing or
grading at the site. The NOI form shall be posted in view at
the site at all times.
17.02. Plan. The Contractor shall prepare, implement, and
document implementation of the SWPPP in accordance with the
provisions set forth in the regulations published in the
September 16, 1992„ issue of the Federal Register pertaining
to Final NPDES Permits for Discharges to Construction Sites.
The Engineer and Owner will not be responsible to review the
plan. Strict adherence to the SWPPP will be required and is
the sole responsibility of the Contractor. The plan must be
certified prior to clearing or grading by the Contractor
and/or subcontractors who will implement any measure of the
SWPPP."
The NOI form is attached to this addendum and is designated as
pages AD1-82 and AD1-83.
8. SECTION 02200 - EARTHWORK
Page 2, Paragraph 7. Revise the first sentence as follows:
"...groundwater entering excavations, trenches, through basin
pressure relief valves, cracks in existing basin floors, or
other parts of the work. In basins, plugging the basin
pressure relief valves will not be an acceptable method to
prevent groundwater from entering the structure."
Pape 3, Paragraph 10.01. Delete the last sentence of the first
paragraph and substitute the following:
"The excess material from Contract 2 is stockpiled south of
the sludge drying beds. If adequate material is not
available in the stockpile for fills and embankments,
additional material may be excavated in the same area of the
stockpile. Following borrow activities, the borrow area
shall be graded to a condition acceptable to the Owner."
Page 13, Paragraph 17. Delete the paragraph.
(LUBBOCK, TEXAS )
(SEWRP - CONTRACT 4)
17578 ) AD1-5
F
L, Page 15. Add the following paragraph:
"25. EROSION CONTROL. At the creek crossing, the restored
creek bank shall be protected by a minimum of 24 inches of
rip rap as indicated on the drawings. Beneath the rip rap, 6
inches of filter blanket rock, filter fabric, and ground
water barrier material shall be provided. The erosion
control shall cover an area with a width of a trench width
plus 5 feet and length as indicated on the drawings but in no
case less than 50 feet.
25.01. Materials. Stones for the rip rap, filter blanket,
and ground water barrier shall be obtained from sources
acceptable to the Engineer.
Rip rap The material shall be durable stone
or broken concrete containing a
combined total of not more than 10
percent of earth, sand, shale, and
nondurable rock. At least 25
percent of the mass shall be of
pieces having a volume of one cubic
foot or more, but not exceeding 24
inches in thickness.
Filter blanket
rock The material shall be durable and
may be either crushed stone or
gravel or a combination of both.
�. The rock shall be reasonably well
f graded with a maximum size of 4
inches in diameter and an average
size of 1 inch in diameter.
Ground water
barrier As specified in paragraph 15.04.
Filter fabric As specified in paragraph 15.03.01
25.02. Placement. The filter blanket rock shall be dumped
in place and shall form a layer to be used as backing for the
rip rap. Rip rap shall then be carefully dumped in place so
as to prevent damage to the filter blanket layer. The
completed rip rap shall form a uniform thickness with a tight
surface. Each layer need not be compacted, but shall be
graded in a manner to insure that the larger fragments are
uniformly distributed and that the smaller fragments serve to
fill the voids to fill between the larger fragments. Hand
placement of fragments or compaction will be required only to
the extent necessary to obtain the required results."
t. (LUBBOCK, TEXAS )
(SEWRP - CONTRACT 4)
(17578 ) AD1-6
F
r
r
9. SECTION 02480 - LANDSCAPING
Page 2, Paragraph 8.01. Revise the first sentence as follows:
"Where gravel beds are indicated on the drawings, provide 4
inches depth of ..."
10. SECTION 02525 - SEWER PIPE INSTALLATION AND TESTING
Page 5, Paragraph 8.02. Revise the second sentence of the first
paragraph as follows.
"Such- walks shall be constructed of concrete ona subgrade
compacted to 95 percent of maximum density at optimum
moisture content as determined by ASTM D698 and shall be
provided as detailed on the drawings."
r11. SECTION 03300 - CAST -IN -PLACE CONCRETE
Page 17, Paragraph 21.01. Add the following after the second
sentence:
"Basin floors shall have all loose topping material removed
r to sound material. Other areas not obviously damaged shall
E be tested by soundings with a hammer. Hollow sounding areas
shall have the topping removed to sound material."
I
Page 18. Add the following paragraph:
"21.02.01. Basin Floors. A 2-inch thick layer of topping
shall be applied to the floor of each clarifier. The surface
of the topping shall be shaped to fit and shall provide close
clearances with the equipment scrapers. The sludge
collecting equipment shall be installed and used to check the
l
l
elevation and contour of the topping. Topping shall be
spread, compacted, screeded and floated with suitable
�^
concrete tools. The use of the sludge collecting equipment
for spreading or shaping the topping will not be permitted.,
Final screeding to fill low spots may be done with the
equipment, provided only a small amount is moved at one time.
It is essential that no abnormal loads be applied to the
sludge collecting equipment."
Page 18, Paragraph 22. Delete the second sentence of the
paragraph beginning with "These pads shall be composed of ..." and
substitute the following:
'The pads sha11 be as manufactured by Fabreeka Products
SA-47 , Voss Engineering Sorbtex��, or JVI Capralon .
(LUBBOCK, TEXAS )
(SEWRP - CONTRACT 4)
(17578 ) AD1-7
F
12. SECTION 03410 - PRESTRESSED CONCRETE WALL PANELS
Page 2. Paragraph 5.01. Revise the first sentence as follows:
"The bio-tower filter structures shall be designed to
withstand a superimposed lateral wind load of 34 pounds per
square foot."
Revise the second sentence as follows:
"Individual wall panels shall be designed to withstand a
superimposed lateral load of 37 pounds per square foot."
Revise the second paragraph as follows:
"...for a ring beam dead load of 775 pounds per linear
foot..."
13. SECTION 05990 - STRUCTURAL AND MISCELLANEOUS METALS
Page 4, Paragraph 2. Delete bird screen and substitute the
following item in its place:
"Insect Screen Type 316 stainless steel with 1/4
inch openings."
14. SECTION 06190 - PREFABRICATED WOOD ROOF SUPPORT SYSTEM
Page 1, Paragraph 3.01. Revise the first sentence of the
paragraph as follows:
"The lumber shall be American Standard Lumber conforming to
PS-20 with a moisture content of 19 percent or less for 2-
inch thick and smaller lumber and 25 percent or less for
ii larger than 2-inch lumber, sized dry."
15. SECTION 06600 - FIBERGLASS REINFORCED PLASTIC FABRICATIONS
Page 1, Paragraph 4. Delete the third paragraph pertaining to
aluminum railing.
Revise the second and third sentences of the first paragraph as
follows:
'..."Extraction System" as manufactured by Warminster
Fiberglass Company or "Circular Launder Covers" as
manufactured by Delta Fiberglass Structures, Inc. Products
of other manufacturers will not be acceptable."
Delete the third and fourth sentences of the second paragraph.
E (LUBBOCK, TEXAS
(SEWRP - CONTRACT 4)
(17578 } AD1-8
FPage 2, Paragraph 4. Add the following paragraph:
"The odor control system shall be balanced to ensure uniform
extraction and removal of the gases. The entire system shall
be balanced to function at a minimum of 6 air changes per
hour at a uniform velocity throughout. Tests for hydrogen
" sulfide gas shall be performed at no less than 4 places, 90
t degrees apart. The results of the tests must demonstrate
that the gas is being uniformly removed from the system. The
specific testing plan shall be acceptable to the Engineer.
Certification will be required to demonstrate that the system
has been inspected, tested, calibrated, and meets the air-
'. flow design criteria for the system."
16. SECTION 09310 - CERAMIC TILE
Page 1, Paragraph 2. Add the following specification for clay
floor tile:
"Clay Floor Tile ASTM C902-81, Class MX, Type
III standard grade, Alcopolco
texture, grooved back, Elgin -
Butler Patio Tile, terra-cotta
color."
Page 2. Add the following paragraph:
"2.03. Clay Floor Tile. Tile shall be furnished in nominal
unit size of 12 inches by 12 inches by 1 inch thick. Trim
shapes shall be cut from full units where required."
Page 2, Paragraph 5. Revise the first sentence as follows:
"Mortar for clay floor tile, ceramic mosaic tile, and..."
Page 4, Paragraph 10. Add the following sentence at the end of
the last paragraph:
"Clay floor tile shall not be sealed. Clay floor tile
surfaces shall be cleaned with hot-water or other suitable
means."
Page 4. Add the following two items:
"11. CLAY FLOOR TILE INSTALLATION. All clay floor tile
shall be laid in a bed of mortar. Materials and workmanship
shall be in accordance with ANSI A108.1.
Floor tile shall be laid in a rectangular pattern. Tile
joints shall be uniform width, 3/8 inch wide. Care shall be
t (LUBBOCK, TEXAS )
(SEWRP - CONTRACT 4)
(17578 ) AD1-9
i'
i,
r
[ taken to keep the joints in alignment. The work shall be
carefully laid out and centered to avoid small cuts. All
cuts shall be rubbed smooth and even. After tile is laid,
the entire floor area shall present a true and even surface
` varying not more than 1/8 inch from a 10 foot straightedge.
Setting bed mortar shall be placed over the slab and tamped
and screeded to the required thickness. After the mortar
setting bed is placed, a thin coat of portland cement paste
shall be brushed or troweled over the moist surface. A skim
coat of neat portland cement paste shall be applied to the
back of each tile immediately before the tile is laid on the
r
setting bed. The skim coat shall not be sufficient-to'fill
the grooves on the back of the tile, but only enough to
provide the bonding surface. Total thickness of the cement
paste between tile -and setting bed shall be -approximately
1/16 inch. Tile shall be set while the paste is still
plastic, and beaten into place. At exposed discontinuous
edges, tile shall be set to match the finish elevation of
r-
adjacent floors.
While the mortar is still plastic, if the Engineer so
requests, the Contractor shall take up one or more tile units
to verify embedment. If any tile is found to be improperly
bedded, the Engineer may require a part or all of the tile to
be taken up and relaid.
12. CLAY FLOOR TILE JOINT FILLING. When the mortar base has
hardened sufficiently to lock the tile in place, joints shall
be saturated with water, then filled and packed tight with
joint filler, and finished smooth and flush with the surface
of the floor. All surplus material shall be removed before
it has hardened.
Joint filler shall be carefully placed to ensure that each
joint space is completely filled to the bottom and that the
filler is pressed into the joint to force it into firm
contact with bedding mortar."
17. SECTION 09705 - FLUID -APPLIED FLOORING
Add new section 09705, a copy of which is attached and designated
as pages AD1-84 through AD1-86.
(LUBBOCK, TEXAS
(SEWRP - CONTRACT 4�
(17578 ) AD1-10
F
Fl�
F18. SECTION 09820 - CEMENTITIOUS COATING
Page 1, Paragraph 4. Add the following to the list of surfaces to
be coated:
"d. Exterior vertical surfaces of the air intake platforms,
stairs, and bio-tower perimeter ringwall and top strip
as indicated on the drawings."
19. SECTION 09850 - ELASTOMERIC SOLVENTLESS POLYURETHANE LINER
Page 2, Paragraph 5. Revise the product number for the primer as
follows:
'... epoxy coating.,.Polybr-id Coatings, Inc. "Polybrid 670".'
Page 3, Paragraph 6.03. Revise the last sentence of the second
paragraph as follows:
"The finish coat shall be 75 mils dry film thickness on new
concrete surfaces and 120 mils dry film thickness on existing
concrete surfaces. The total final liner thickness shall be
80 mils dry film thickness on new concrete surfaces and 125
mils dry film thickness on existing concrete surfaces.
Page 4, Paragraph 9. Add the following to the installation
schedule:
"Two Sewer Junction Boxes
at east side of Digester 7
Bio-tower Filters
(Alternative H2)
20. SECTION 09900 - PAINTING
See sheet G-4
Inside face of
precast wall panels"
Page 2, Paragraph 3.01. Add the following to the list of primers
and pretreatments:
"Wood Stain
Cook "Timbertone Wiping Stain",
or Pratt & Lambert "Oil
Stain"."
Page 3, Paragraph 3.02. Add the following to the list of
intermediate and finish paints:
"Clear Gloss Varnish Cook "Timbrethane Gloss
Varnish" or Sherwin-Williams
"Polyurethane Varnish AVV1"."
(LUBBOCK, TEXAS
(SEWRP - CONTRACT 41
(17578 ) AD1-11
I
r
k Page 5, Paragraph 5. Add the following to the field priming list:
"Wood (varnished) Wood stain"
Page 8, Paraaraph 6.03. Revise the list of miscellaneous surfaces
to be painted as follows:
"Interior wood doors Clear gloss varnish
Wood chair rail Clear gloss varnish"
21. SECTION 10990 - MISCELLANEOUS SPECIALTIES
r Pa a 2. Add the following paragraph:
"8. JIB CRANES. Three 500-pound capacity jib cranes with
manually operated winches shall be provided to raise and
lower the dissolved oxygen probes in the aeration basins at
Plant No. 3. The winches shall be capable of holding and
locking the load in any position and shall be geared so that
a pull of not more than 40 pounds on the crank is required to
lift the rated load. The winches shall be furnished with 1/8
inch stainless steel wire rope. The quantity of wire rope
shall be such that at least four laps of wire rope remain in
the winch drum when the dissolved oxygen probe is in the
lowest position. The jib cranes shall be mounted on a two
wheel base that permits the cranes to be moved. The jib
cranes shall be McMaster -Carr "374716", or equal."
22. SECTION 11160 - PROGRESSING CAVITY PUMPS
Page 1, Paragraph 2.01. Revise the first sentence of the
paragraph as follows:
'...shall be Robbins & Meyers-Moyno "Series 2000".'
Page 3, Table. Delete all references to Netzch models "NE70A" and
"NE60A".
Page 5, Paragraph 6.03. Add the following paragraph below the
second paragraph:
"The connecting rod and drive shaft shall be protected by a
fiber deflector from the accumulative build-up of rags, hair,
and all other fibrous materials. The fiber deflector shall
consist of a shroud that completely covers the exposed
connecting rod within the suction casing, preventing debris
and stringy material from wrapping around the connecting rod.
The non -rotating shroud shall be fixed to the suction casing
and shall be suitable for use with or without a shaft sleeve.
(LUBBOCK, TEXAS )
(SEWRP - CONTRACT 4)
(17578 ) AD1-12
It shall be designed to operate without periodic cleaning for
a minimum of 12 months."
23. SECTION 11430 - CLARIFYING EQUIPMENT
Page 3, Paragraph 2.09. Add the following after the second
sentence:
"All costs for field painting the new clarifiers for Plant
No. 3 or for repainting the existing Plant No. 3 clarifiers,
if Allowance A is selected, shall be included in the Base Bid
(Item 1.0).
r' Page 12, Paragraph 7. Delete the second sentence of the second
paragraph.
24. SECTION 12625 - LABORATORY FURNITURE
Page 4, Paragraph 3.10.01. Delete the first through fifth
paragraphs under 3.10.01 and substitute the following:
9.10.01. Variable Volume Hood Control System. The exhaust
volume of each fume hood shall be controlled by fume hood
control system to maintain a constant average face velocity
into the fume hood sash opening. The system shall include a
sidewall velocity or vertical sash sensor, velocity
controller mounted on the face of the fume hood with
calibration settings, low velocity indicator, and alarm
signal, and a variable frequency drive unit located at each
blower that shall linearly control the exhaust flow out of
each fume hood by varying the speed of the blower motor.
Page 5, Paragraph 3.10.01. Revise the sixth paragraph on the page
as follows:
"...shall be as manufactured by TSI Incorporated of St. Paul,
Minnesota "Model 8640", Phoenix Controls Corporation "FHS-
100" or equal."
r. 25. SECTION 13221 - BIO-TOWER FILTER MEDIA
Page 3, Paragraph 4.01. Revise the media module characteristics
as follows:
"Nominal length of module, ft
L. LUBBOCK, TEXAS
SEWRP CONTRACT 4j
17578 )
AD1-13
6"
26. SECTION 15060 - MISCELLANEOUS PIPING
Page 13, Paragraph 3.12. Add the following to the paragraph:
"Static pressure compensation line."
27. SECTION 15061 - CAST IRON PIPE
Page 4, Paragraph 3. Revise the first and second sentences as
follows:
"The -interior of the Plant No. 2 and Plant No: 3"Influent
pipes and Plant No. 2 Primary Clarifier Effluent pipes shall
be polyethylene lined. The interior of all gravity sewers or
drains, designated -as such on the drawings, smaller than 6
inch..."
28. SECTION 15500 - HEATING, VENTILATING AND AIR CONDITIONING
rPage 3, Paragraph 6. Add the following sentence to the sixth
paragraph:
"Where dual condensing units are supplying a single air
t handling unit, a interlaced coil shall be provided."
Pa e , Paragraph 6. Revise the last paragraph as follows:
"... shall be as manufactured by Lennox, York or Trane."
Page 4, Paragraph 7. Revise the last paragraph as follows:
"... shall be as manufactured by Lennox, York or Trane."
Page 5, Paragraph 8. Revise the first sentence of the fourth
paragraph as follows:
" .. mild weather burner lockout, low outlet temperature
shutoff, weatherproof enclosure..."
Page 9, Paragraph 11.02. Revise the fourth paragraph as follows:
indicated on the schedules, Loren Cook, or Greenheck."
Page 9, Paragraph 12. Revise the second paragraph as follows:
'... Penn Ventilator "Airette", Loren Cook, or Greenheck.'
Page 15, Paragraph 21. Add the following paragraphs:
(LUBBOCK, TEXAS )
(SEWRP - CONTRACT 4)
(17578 ) AD1-14
r
E 121.05. Draft Gau es. Draft gauges having a range from 0 to
2.0 inches water column shall be installed across all air
filters and shall be located for easy readability. Draft
gauges shall be Dwyer "2000 Series Magnehelic Air Filter
Gauges".
Gauges shall have minimum 3-1/2 inch dial, pressure tips,
fittings for 1/4 inch metal tubing, vent valves, mounting
brackets, and an adjustable automatic signal flag.'
29. SECTION 16050 - ELECTRICAL
Page 20, Paragraph 29. Delete the entire paragraph 29 and
substitute the following:
4 ,
"29. COORDINATION STUDY. The secondary integral unit
substation manufacturer shall conduct a complete coordination
study of relays, fuses, circuit breakers, and all other
protective devices. "The coordination study shall include
the entire distribution system starting with the smallest 480
volt, 3 phase, 60 Hz circuit protective device on the load
`
end, to the existing 15kV switchgear breakers used to serve
the new loads under this contract. The 15kV switchgear
breaker relays shall be set to coordinate upstream with the
switchgear main breaker and downstream with all protective
devices.
The study shall include, but not be limited to, the
following:
A tabulation of all protective relay and circuit breaker
trip settings and recommended medium -voltage fuse sizes
and types.
Motor starting profiles for all motors sized 50
horsepower and above.
Transformer damage curves and protection evaluated in
accordance with ANSI/IEEE C57.109.
The major electrical equipment manufacturers will be
responsible for providing to the Contractor all the required
relay, fuse, and circuit breaker coordination curves and
l transformer damage curves as specified in the following
l sections:
16310 - Secondary Integral Unit Substations - Liquid -
Filled.
16395 - Medium -Voltage Motor Control Equipment.
(LUBBOCK, TEXAS )
(SEWRP - CONTRACT 4)
'"' (17578 ) AD1-15
r
r
1 16480 - 600 Volt Class Motor Control Centers.
r- The Contractor shall be responsible for all field work
required to obtain necessary data on existing relays, circuit
breakers, fuses, and transformers to be included in the
coordination study.
The available 3 phase, symmetrical fault current at the
incoming line terminals is approximately 3,889 amperes at
12,470 rms volts.
The coordination study shall be bound in a standard 8-1/2 by
11 inch size report. The study shall be provided 'in
r
accordance with the submittal section. Final selection of
all protective device -settings or sizes shall be subject to
review and acceptance -by the Engineer."
Page 22. Add the following
paragraph:
"31. EXISTING INSTRUMENT PANEL. The Contractor shall
t
install a weather-proof junction box in the existing
electrical manhole north-east of the Maintenance Building
complete with a terminal strip for instrumentation. The
Contractor shall cut the existing instrument cable in the
manhole and terminate the existing cable in the junction box.
The Contractor shall supply and direct bury, 12 inches below
grade, one-32 conductor #14 instrument cable from the
existing manhole to the electrical room in the Administration
Building. The Contractor shall also remove three-12
conductor cables and one-30 conductor cable that are
installed in buried from the
currently existing conduits
existing electrical handhole north-east of the existing
Maintenance Building to the west side of the Laboratory
(approximately 520 feet). The existing cables shall be cut
to the required length and installed in the same trench as
the new 30 conductor cable. The cables shall enter the
building through existing empty conduits stubbed out at the
southeast corner of the building. The Contractor shall
remove the existing instrument panel from the Laboratory
Building prior to interior demolition activities and install
it in the lunch room in the Administration Building, at the
location specified by the Owner. The Contractor shall extend
the instrument cables concealed above the ceiling or in walls
to the instrument panel and reconnect instruments as they
were connected in the Laboratory Building."
i (LUBBOCK, TEXAS )
(SEWRP - CONTRACT 4)
(17578 ) AD1-16
F
r
C. DRAWINGS.
.• 1. GENERAL
Sheet G-5. Add the following note to the list of notes:
1114. If required by construction sequencing, Contractor shall
provide temporary connection to existing Plant No. 2
effluent pipe. The connection shall be maintained until
substantial completion of the new effluent pumping
station. The portion of the new line that is south of
the temporary connection shall remain dry until.ready
for use."
Add a tee on the new_36-inch secondary clarifier effluent south of
the bend at station 0+29.94 and provide a temporary 36-inch
connection to the existing Plant No. 2 effluent pipe. The purpose
of the temporary connection is to convey Plant No. 2 water to the
existing effluent pumping station until the new effluent pumping
station is completed.
Sheet G-6. Add the following note to the list of notes:
118. If required by construction sequencing, Contractor shall
install temporary connection from the existing plant
effluent flume to the new 36-inch secondary clarifier
effluent pipe serving Plant No. 2 to temporarily convey
effluent from Plant No. 1 to the new station. The
connection shall be performed following substantial
completion of the new effluent pumping station. The
connection shall be removed following substantial
completion of Plant No. V'
Add a tee on the new 36-inch secondary clarifier effluent near
station 4+40 and provide a temporary 36-inch connection to the
existing Plant No. 1 effluent flume. The purpose of the temporary
connection is to convey Plant No. 1 water to the new effluent
pumping station until the improvements to Plant No. 3 are
completed.
Revise the plant drive at the northeast corner of the Maintenance
Building as indicated on Figure 1-AD1, a copy of which is attached
and designated as page AD1-87.
Revise the third sentence of note 7 as follows:
"Patch spalled off concrete..."
At approximate coordinate N7,267,062, E963,798 where the new 30-
inch pipe connects to the existing 30-inch pipe, restrain the new
!. (LUBBOCK, TEXAS )
(SEWRP - CONTRACT 4)
(17578 ) AD1-17
t
I
pipe to the existing valve using tie rods or other restraint
acceptable to the Engineer.
Sheet G-9. Add the following note:
"11. The Contractor shall replace the asphaltic concrete
pavement on the driveway located at the east side of
Digesters 8 & 9. The digesters are located
approximately 150 feet west of the Laboratory. The
pavement to be replaced is approximately 40 feet by 45
feet."
Sheet G-15, Revise the designation for the gate valve located
below the effluent pumping station from "GV-062" to be "GV-026"..
Sheet G-16. Demolition notes 10 through 13, 19, and 22 refer to
removing or demolishing conduits, piping, concrete, etc... to at
least 3 feet below grade. Demolition of these items is required
where they will be located less than 3 feet below finish grade,
regardless of existing grade. Where finish and existing grades
coincide, removal of the specified items to a depth of 3 feet is
required as noted.
Revise Note 11 as follows:
"ll. Piping which crosses through Plant No. 1 and is not
connected to a Plant No. 1 structure and which is
buried..."
2. PLANT 1 DEMOLITION
Sheet DM1-4. In Section 1, change to reference "Top of Rock" to
be "Top of Media". Trickling filters 3 and 4 contain plastic
media. Trickling filters 1 and 2 contain rock media. All media
shall be removed from inside the filters.
3. PLANT 3 DEMOLITION
Sheet DM3-6. At the left side of Section 1, revise the
designation for the pipe at centerline elevation 32.37 from '14"
Air Header" to be '24" Air Header'. The designation '14" Air
Header at the right half of the section is -correct.
Sheet DM3-13. Add the following note to the list of Demolition
Notes:
"8. Refer to the asbestos survey for additional asbestos
materials to remove."
` (LUBBOCK, TEXAS
(SEWRP - CONTRACT 4)
(17578 ) ADl-18
F
F
At the southeast corner of the Demolition Plan, add the following
note:
"Remove the temporary PVC -roof drain pipe following
installation of the new roof drains."
4. PLANT 2 PRIMARIES
Sheet P2-2. The chain link fencing at each clarifier shall
encircle each clarifier. An opening, the width of the clarifier
bridge, shall be provided in the fencing. The clarifier bridge
guardrail shall extend to the end of the bridge.
5. PUMPING STATION COMPLEX
Sheet TP2-1. In the Roof Plan, add the following note to the
skylight:
b
"WASCO #3652 Model No. DDS2 with clear acrylic domes"
Sheet TP2-5. At the left side of Section 1, add the note
"Centerline El. 3121.00" to the 6-inch waste primary sludge
,,. discharge pipe where it exits the basement.
Sheet TP2-6. At the right side of Section 1, revise the
centerline elevation for the 6-inch waste secondary sludge line
from "3116.00" to be "3121.00" where it exits the basement.
6. BIO-TOWER FILTERS
Sheet TF2-5. Revise Inside Elevation and Section 1 as indicated
on Figures 2-AD1 and 3-AD1, copies of which are attached and
.� designated as pages AD1-88 and AD1-89.
At the Sectional Plan shown on the upper left of the sheet, revise
the reference to the wall panels as follows:
"25 - 8' x 17" Precast Double Tee Wall Panels"
At the Sectional Plan shown on the upper left of the sheet, revise
the middle note as follows:
... Flange Thickness Shall Be 3" Min."
Sheet TF2-6. At the Stair Plan shown on the upper left of the
sheet, revise the dimension shown for the ring beam width from
12'-011' to 13'-11''.
At the Stair Plan shown on the upper left of the sheet, revise the
dimension shown for the concrete landing from '3'-0"' to 14'-0".
(LUBBOCK, TEXAS )
(SEWRP - CONTRACT 4)
r' (17578 ) AD1-19
F
r
F
At Section 3 shown in the middle of the sheet, revise the
elevation shown at the upper left for the stair landing and
outside edge of concrete wall cap from "EL. 3157.62" to "EL.
3157.50".
At the bottom left of Section 3 of the sheet, revise Note 2 as
follows:
"Hook #6 Bars In SB-2301 At Top Landing."
7. AERATION BASINS
Sheet A3-3. In Section 1, delete the two references to detail H,
sheet M-1 that are pointing to the mechanical couplings on the 24-
inch and 30-inch air headers. The new mechanical couplings are
still required.
Add pipe supports as indicated on Figure 4-AD1, a copy of which is
attached and designated as page AD1-90.
8. EFFLUENT PUMPING STATION
Sheet EP-1. In the Roof Plan, add the following note to the
skylight:
"WASCO #3652 Model No. DDS2 with clear acrylic domes"
Sheet EP-2. At the southeast corner of the station, the dimension
from the south wall to the centerline of the monorail column
footing shall be 16'-6". The dimension was incomplete.
Sheet EP-4. At the left side of Sections 1 and 2, delete the
reference to "Concrete drive" and substitute "Asphalt drive" in
{� its place to agree with the site paving plan.
l 9. LABORATORY
Sheet L-2. Revise the dimensions at east side of the building as
indicated on Figure 5-AD1, a copy of which is attached and
designated as page AD1-91.
Sheet L-3. In the Room Finish Schedule., change the flooring
material in Rooms 1404, 1406, 1411, 1412, 1413, 1415, 1416, and
1417 from vinyl composition tile to fluid -applied flooring.
Sheet L-5. Revise Section 4 as indicated on Figure 6-AD1, a copy
of which is attached and designated as page AD1-92.
(LUBBOCK, TEXAS )
(SEWRP - CONTRACT 4)
(17578 ) AD1-20
Sheet L-6. Revise the elevations as follows:
Elevations I and K - Add a natural gas cock, designation
"G,", at the vacuum outlets nearest
the cup sink.
Elevation L - Add a compressed air cock,
designation "A", on the left side of
the sink.
Elevations L and Q - Change the cart "Fisher 11-925-107"
to be a table "Kewaunee 2-SA1289-LS,
SA-7228-3D,-and AR-7231-F2".
Elevation M - Delete the pedestal in the middle of
the counter that is labeled
"Pedestal Mounted 695-6".
Add a compressed air cock,
designation "A", on the left side of
the bank of lab gas cocks.
4
Elevations M, R, and S - Revise the number of lab gas cocks
and pipes to the gas storage room
from "6" to 11711.
Elevation 0 - Add a compressed air cock,
designation A, in the middle of the
counter.
Elevation Q - Add the bank of seven lab gas cocks,
to agree with plumbing sheet PB-I.
f Elevations Q, R, and S - Add a compressed air cock,
designation "A", next to the
electrical outlet in elevation Q,
and to the right side of the bank of
lab gas cocks in elevations R and S.
F
F
Sheet L-6 and 7. Add waste chutes "Kewaunee No. F-135 as follows:
Elevations D. H, I. and W. At sink.cabinet SG-2006, add two
waste chutes, each elevation.
Elevation P. At sink cabinet SG-2004-F2, add one waste
chute.
Elevation U.
chutes.
(LUBBOCK, TEXAS )
(SEWRP - CONTRACT 4)
(17578 )
At sink cabinet SG-2008-F2, add two waste
AD1-21
F
r
t Elevation V. At sink cabinet SG-2006-F2, add two waste
chutes.
Sheet L-8. In the Slab Depressions plan, revise the building
dimension from 86'-10 1/2" to 85'-10 1/2".
10. MISCELLANEOUS
Sheet M-2. In Detail L, the weir shall be fiberglass reinforced
plastic. The baffle, angles, etc.. shall be stainless steel.
Sheet M-9. In Profile A, the coordinates N7,266,961.33 and
�.. E963,788.97 pertains to the tee at station 0+00 instead of the
butterfly valve.
In Profile B, revise the stationing where the new pipe connects to
existing 36-inch pipe from "Sta. 1+59.1+" to be "Sta. 1+65.0±".
l Sheet M-11. Under the Beam Schedule, the beams "FB-2201" and FB-
C 2202" shall be changed to be "RB-2201" and "RB-2202",
respectively.
Under the Beam Schedule, the "b" dimension (inches) for beam
SB-2301 of Bid Alternative H2 shall be revised from '18"' to
Sheet M-12. In the Elevated Walkway Plan, add aluminum guardrail
on the new retaining wall, 10 feet each side of the clarifier
bridge (total of 40 feet required).
Sheet M-13. Add the following note pertaining to the electrical
handholes and manholes:
"Brooks Products, Inc., precast electrical manholes and
handholes may be provided in lieu of cast -in -place concrete."
11. HEATING, VENTILATING, AND AIR CONDITION
Sheet HV-2. At the east side of Room 1414, revise the designation
for the blower from "CB-1401" to be "CB-1403".
Extend the 6" x 4" supply air duct into.Room 1419 through the
concrete roof. The fire damper shall be relocated to the concrete
r' roof of Room 1419 upstream of supply register SR-2.
t
12. PLUMBING
Sheet PB-1. Revise the plumbing plan as indicated on Figures
7-AD1 and 8-AD1, copies of which are attached and designated as
pages-AD1-93 and AD1-94.
(LUBBOCK, TEXAS )
(SEWRP - CONTRACT 4)
(17578 ) AD1-22
F
Add laboratory gas outlets for nitrogen, helium and oxygen on the
south wall of Room 1412 as indicated on Figures 7-AD1 and 10-AD1,
copies of which are attached and designated as pages Abl-93 and
AD1-96.
Sheet PB-2. In the Natural Gas Schematic, add two single outlets
in Room 1406 as indicated on Figure 9-AD1 a copy of which is
attached and designated as page AD1-95.
In the Laboratory Gas Schematic, add a seventh gas manifold in
Room 1419 and route to lab gas cocks in Room 1411 and Room 1413,
next to the other lab gas cocks as indicated on -Figures 7-AD1 and
10-AD1, copies of which are attached and designated as pages AD1-
93 and AD1-96. Add gas cocks in Room 1412 as indicated on Figure
7-AD1.
In the Compressed Air Schematic, add one outlet in Room 1412 and
three outlets in Room 1413 as indicated on Figure 9-AD1, a copy of
which is attached and designated as page AD1-95.
Sheet PB-3. Revise riser diagrams as indicated on Figures 11-AD1
and 12-AD1, copies of which is attached and designated as pages
ADl-97 and AD1-98.
13. ELECTRICAL
Sheet E-2. Revise the electrical site plan as indicated on
( Figures 13-AD1 through 16-AD1, copies of which are attached and
designated as pages ADl-99 through AD1-102.
Delete the duct bank from existing EHH-001 to the Laboratory. The
new EHH-017 shall also be deleted.
{! Sheet E-4. In duct bank sections 6 and 7, delete the duct bank
(t containing the nine spare B and C conduits.
In the detail for Typical Underground Duct Bank Entrance, delete
the requirement for steel reinforcing.
In the Duct Bank Schedule, add an asterisk beside conduits C and
17. The asterisk denotes that galvanized rigid steel conduit is
required.
In Duct Bank section 21, delete one conduit No. 11 and one conduit
No. 12.
In Duct Bank section 22, change one conduit No. 12 to be a
conduit D.
t: (LUBBOCK, TEXAS )
(SEWRP - CONTRACT 4)
(17578 ) ADl-23
r
r
Sheet E-8. At circuits HF-2A and HF-3A in the Effluent Pumping
Station No. 2 Motor Controller Line-up MCLU-4001, change the size
of the conduits from 1-1/2" to be 1-1/4". Change the conduit size
and cable count on the control stations for Effluent Pumps EP-4001
and -4002 from '2-5/C #14, 3/411' to be '2-5/C #14, 1-1/41".
Sheet E-12. In section 2D of MCC-4000, change the designation of
the valve for NP-4001 from "BV-4008" to be "BV-4006".
Sheet E-18. Revise the schematic for the effluent pumps as
indicated on Figure 17-AD1, a copy of which is attached and
designated as page AD1-103.
Revise the schematic for -the recirculation pumps as indicated on
Figure 18-AD1, a copy of which is attached and designated as page
AD1-104.
Sheet E-19A. In the bottom schematic for the Existing Blower
Building Damper Control, change the designations "CD-3206" and
"CD-3207" to be "CD-3207" and "CD-3208", respectively.
Sheet E-21. Route a 120 volt circuit from each smoke detector
located at MAU-2101 and MAU-2401 to spare circuit No. 33 in
lighting panel 22L1. Label the circuit "Smoke Detectors for MAU-
2101 and-2401".
Add heat tape to the air release pipes at
each of the
recirculation pumps (IP-2201 through-2205).
Route circuits from
the five locations to lighting panel 22L1
as follows:
t�
Location for Heat Tape Circuit Designation
IP-2201 & 2202
22L1-34
IP-2203 & 2204
22L1-36
a
IP-2205
22L1-38
Sheet E-24. The four Type 2 pole mounted
fixtures located on the
primary and secondary clarifiers shall be
hinged at the base with
a "McGraw -Edison Type R" hinged base.
Sheet E-25. The two Type 2 pole mounted fixtures
located at the
top of the stairs at the bio-towers shall
be hinged at the base
with a "McGraw -Edison Type R" hinged base.
l
Sheet E-27. Revise Note 5 as follows:
" ..only apply if Bid Alternative G is not constructed.
Column mounted fixtures (Type 13) are deleted if Bid
Alternative G is not constructed."
(LUBBOCK, TEXAS
(SEWRP - CONTRACT 4�
j'" (17578 ) AD1-24
Sheet E-30. The four Type 2 pole mounted fixtures located on the
existing primary and secondary clarifiers shall be hinged at the
r base with a "McGraw -Edison Type R" hinged base.
Sheet E-31. Add the following note to the list of notes:
"9. Refer to sheet L-3 for the location of the smoke
detectors."
In Room 1404 on the east wall, the 240 volt receptacles shall have
the "C" designation, which indicates pedestal mounting.
In Room 1406, add the following receptacles to agree with the
architectural elevations indicated on sheet L-6:
One-240 volt receptacle with "C" designation and two-120 volt
receptacles on the south wall. Please note that the two-120
volt receptacles are not indicated on the architectural
elevations since they are not pedestal mounted. The one-240
volt receptacle on the south wall shall have a circuit routed
to lighting panel 14L2 and be designated as circuit No.
36,38. The two-120 volt receptacles shall have a circuit
routed to lighting panel 14L2 and be designated as circuit
No. 35 for refrigerators.
Two-240 volt and one-120 volt receptacles each with
designation"C" on the north wall. The two-240 volt
receptacles shall have a circuit routed to lighting panel
14L2 and be designated as circuit No. 36,38. The 120 volt
receptacle shall have a circuit routed to lighting panel 14L1
an be designated as circuit No. 13.
In Room 1407, route a 120 volt circuit from the smoke detector
located at AHU-1401 to the spare circuit No. 33 in lighting panel
14L2. Label the circuit "Smoke Detector for AHU-1401".
In Room 1413, relocate the motor starters for PRV-1407 and -1408
around the corner to the east wall of the room.
Sheet E-33. Change the size of the breaker for circuit 31L1-33/34
from "2P20" amp to be "2P40" amp.
Sheet E-34. Add the following note:
"7. The Contractor shall furnish plaster frames and all
necessary hardware for fixtures installed in plaster or
gypsum ceilings."
(LUBBOCK, TEXAS
(SEWRP - CONTRACT 4;
(17578 ) AD1-25
F
F
14. INSTRUMENTATION
Sheet I-2. Revise the last sentence of Note 1 as follows:
"...the duct bank system as shown on sheet E-2."
Sheet I-6. In the lower middle portion of the sheet, delete the
note "To gravity belt thickeners". The primary sludge pumps
discharge to the anaerobic digesters.
Sheet I-9. Revise the location for FE/FIT-0004 from "-Existing
Effluent Line Meter Vault" to be "Effluent Line Meter Vault". The
vault is to be new.
Sheet I-11. In the Digester Level Transmitter Installation
detail, revise the non -potable water flushing line connection to
be a 1-1/2 inch stub with valve and hose connection for flushing.
The connection to the non -potable water line is not required.
For the Digester Level Transmitter location at Digester No. 9, see
Figure 19-AD1, a copy of which is attached and designated as page
AD1-105.
r 15. ADDITIONAL ITEMS
Provide new coping around the perimeter of Digesters 6 and 7 at
the top of the wall and along the perimeter of the existing heater
house as indicated on Figure 20-AD1, a copy of which is attached
and designated as page AD1-106.
The Contractor shall replace the existing window and frame and
double doors and frame at the existing heater house as indicated
on Figure 21-AD1, a copy of which is attached and designated as
page AD1-107.
r
r
************************************
ACKNOWLEDGEMENT BY BIDDER
Each Bidder is requested to acknowledge receipt of this Addendum No. 1
in the space provided in the Bid Proposal.
February 28, 1993
(LUBBOCK, TEXAS
(SEWRP - CONTRACT 4
(17578 )
AD1-26
BLACK & VEATCH
EXHIBIT "A•
ITEM 1.0 - BASE BID
MATERIALS•
(� )
SERVICES :
(� )
TOTAL BID:
(� )
ITEM 2.0 - ODOR CONTROL HOODS
MATERIALS• (� )
SERVICES (S )
TOTAL BID: (S )
ITEM 3.0 - TRENCH PROTECTIVE SYSTEMS
MATERIALS: ($ )
SERVICES : ($ )
TOTAL BID• ($ )
ITEM 4.0 - QEI SCADA SYSTEM
MATERIALS: Fifty Four Thousand Two Hundred Forty Four Dollars & no/100 (S 54,244.00 )
SERVICES : Twenty Eight Thousand Three Hundred Eighty Six Dollars & no/100 ($ 28,386.00 )
TOTAL BID: Eighty Two Thousand Six Hundred Thirty Dollars & no/100 82,630.00 )
ITEM 5.0 - ALTERNATIVE A
MATERIALS•
($ )
SERVICES :
($ )
TOTAL BID:
(f )
ITEM 6.0 - ALTERNATIVE B
MATERIALS:
($ )
SERVICES :
($ )
TOTAL BID:
($ )
ITEM 7.0 - ALTERNATIVE C
MATERIALS:
($ )
SERVICES :
($ )
TOTAL BID•
(f )
ITEM 8.0 - ALTERNATIVE D
MATERIALS:
($ )
SERVICES :
($ )
TOTAL BID:
($ )
AD1-27
EXHIBIT "A" (Continued)
r
ITEM
9.0 - ALTERNATIVE E
MATERIALS•
($ )
SERVICES
(S )
TOTAL BID:
($ )
ITEM
10.0 - ALTERNATIVE F
MATERIALS:
(S )
SERVICES
($ )
r
TOTAL BID:
($ )
ITEM
11.0 - ALTERNATIVE G
MATERIALS:
(S )
SERVICES :
(S )
TOTAL BID:
($ )
ITEM
12.0 - ALTERNATIVE H
MATERIALS:
(S )
SERVICES :
(� )
TOTAL BID•
(S )
ITEM
13.0 - ALTERNATIVE I
MATERIALS:
(S )
SERVICES :
(S )
TOTAL BID:
(S )
ITEM
14.0 - ALTERNATIVE J
MATERIALS:
(� )
SERVICES
(� )
TOTAL BID:
(s )
TOTAL BID - (Iters 1.0 through 14.0)
MATERIALS: ($ )
SERVICES : (_ )
TOTAL BID:
ITEM 15.0 - ALLOWANCE A
(f )
TOTAL ALLOWANCE: Four Hundred Fifty Thousand Dollars & no/100 ($ 450,000 )
FADI-28
EXHIBIT "A" (Continued) -
ITEM 16.0 - ALTERNATIVE H2
MATERIALS: (s )
SERVICES : (S )
TOTAL BID: (S )
(Amount shall be shown in both words and figures. In case of discrepancy, the amount in words shall
govern.)
AD1-29
[DA-]M
r
Fecruary ji). 19yj
Quotation D 4
- - - - DAVE ALLERT CO. OF DALLA$, INC : -
P.O., Box:154348, Irving; Texas 75016 f
` -A/C 2U486-]506 FAX (214) 986*123
�.. - .MBE / WBE _-
Black 6- Veatch
5128 LBJ Freeway, Suite 360
Da=1as, TX 7-5240
Attention: Mr. Tom Safford
Subiect: OEI SCADA Eauipment & Services
Reference: Lubbock Water Reclamation Plant - Contract 4
Gentlemen:
We are pleased to propose the tollowinq for vour consideration:
1. (4 ea.) QEI #41y1 RTUs(Remote Terminal Units)
Price: $49.423.00 iot
2. (1 ea.) QEI #QUICS IV Data Base, for both Master Station
and control capabilities at FTUs.
Price: $19,701.00 ea.
3. (1 ea.) Shipping and Insurance
Price: $900.00 ea.
4. (1 ea.) Spare parts. consisting of two each 1/0 panel and
one of all replaceable modules
Price: $4,821.00 ea.
(1 ea.) Field Service as specified for both installation
assistance and startup assistance in one trip to
Lubbock for one week Price: $7,785.U0 ea.
Breakdown of above per spec.
Material: $54,244.00
c. Services: $28,386.00
TOTAL BID: $82,630.00
DELIVERY: 24 weeks ARO
FOB: Destination via Electronic Van
TERMS: OEI Terms & Conditions Apply
NOTE: Quote firm for 180 days from auote date.
1ns&wnenLs And Engineered Products
C.
AD1-30
Page 2
We appreciate this opportunity to be of service to you and hope
the above will meet with your approval. An order
resulting from this Quotation should be directed to:
DACO
P. 0. Box 154348
Irving, TX 75015
If you should have any questions or if we can be of service in
any way, please do not hesitate to call on us.
Sincerely,
DACO/Dave Allert Co. of Dallas, Inc.
lop„ -�
m Crabtree
JC/dem
cc: QEI
PF
AD1-31
r
QEI'S SUPPLEMENTAL TERMS AND CONDITIONS OF SALE
QEI QUOTATION NO.7721
The following Terms and Conditions are pars of our proposal package and are intended to supplement any General
Conditions for Equipment Purchase in the specification.
ACCEPTANCE OF ORDERS: This quotation is valid for one hundred eighty (IR days. CUSTOM M'S
PURCHASE ORDER OR CONTRACT MUST STIPULATE THAT THE SYSTEM EQUIPMENT' ORDERED IS
IN ACCORDANCE WITH QEI'S QUOTATION. The order will be Acceptrd and acknowledged by QEI upon its
receipt in Springfield, New Jersey.
Prices shown for spare parts and test equipment are valid only for their concurrent purchase with the system.
SCHEDULING: Approval drawings will be submitted approximately six (i) wee:la after the formal acceptance of
the Customer's purchase order by QEI. The equipment offered consists mostly of standard QEI products. Only that
portion of the drawing package which is customer specific is subject to approval; the remainder is for record
purposes only. If approval revisions requested are beyond the scope of the Contract, or they affect the standard
product or arrangernents, a quotation will be prepared for a price inmu sse to the Purchase Order for the extra work.
Shipment will be made approximately eight (8) weeks after the return of fully approved drawings, However, these
estimated shipping dates are. approximate, and are not binding on QEI. Estimated shipping dates given at the time
of order acceptance will be based on conditions existing at that time and upon the Cust,onves final speec7ifificatiou
received with the order. Further, QW will not be We for any delay In delivery due to any cause beyond its control
-- including, but not limited to, acts of Clod, acts of the Buyer. Acts of civil err army authority, fives, strilma,
slowdowns. floods, epidemics. quarantine restrictions, war, riot, delays in transportation, err shortages of necessary
materials, labor or manufactiviag facilities. In no event shad QEI be liable for any special, indirect, incidental or
consequential damages.
Where changes or additions are made to the Customer's gwification after an order is accepted, shipments may be
rescheduled based upon the dale of accep%= by QEI of the Customer's change order and upon factory conditions
existing at that time.
WAIVER OF TERMS: QEI's failure to object to Ornts or conditions contained in the Cvstomeea purchase order
or other communications which are not contained in either the customer specification or QBI's proposal package shall
not be deemed a waiver of QM's terms and conditions or acceptance of such terms or conditions. No apwnents,
representations or guarantees other than those contained herein shall be binding upon QEI runless they are in writing
and signed by QEI.
TERMS OF PAYMENT: QEI will allow a Ill of 1% discount net of freight, houran+x and taxes if amounts
invoiced to the Customer are paid in full within ten (10) days of the date of the invoice, unless arrangements to the
contrary are made prior to the acceptance of a QEI quotation or proposal by the Customer. If invoiced amounts are
not paid within out (tin days, no discount shall be allowed, and any invoiced amounts shall be paid in full within
thirty (30) days from the date of the invoice. QEI srserwes the right to charge Interest at 1% per month on all
overdue Invoices.
PAYMENT SOMULE
20% with the transmittal of approval drawings
70% upon receipt of the equipment
10% upon acceptance of tte system, not to exceed 120 days from the r cceipt of the tystam unless the cause of delay
in acccpw= is due to QEL
COM. LUANCE WITH LAWS: IU (customer shall assume complete; responsibility for compliance with beat laws
ear ordinances and for obtaining and paying for all pertnits, licenses. authonzadotts a certinwAim required by
r„ governmental or regulatory bodies for the installation or use of the equipment to be provided.
ADl-32
Page 1 of 3
. QEI'S SUPPLEMENTAL TERMS AND CONDITIONS OF SALE
L QII QUOTATION NO. 7121
SMPMENfS, RISK OF LOSS, AND TITLE: This system is quoted F.O.B. Destinvion. Delivery to the
Customer of the system or any portion thereof =hall be made prepaid and Insured at the Custwm's specified delivery
location. All risk of loss shall pass to the Buyer upon delivery at the Customer's site. Delivery of this system will
be by electronic van, and therefore. no crating is required or has been included in the quoted prier.
SYSTEM LIMITED WARRANTYt (a) The system performance (hardware and software) shall be warranted as
in compliance with the specifeaton for a period of 12 months from the date the system is accepted, or 15 months
from the date the system is delivered. whichever comas first. QEI's obligation under this warranty shall be limited
to mating required ehaages to cause the system performance to be in compliance with the specification.
(b) �+Ia_ Workmanshly: All equipment manufa=md by QEI (except for him, larcps. printer ribbons, and
batteries which arc considered eonsnmabl s and warranted fnr ninety (90) days from the date of shipment), including
such parts manufactured by others as are �V ?,GRAL. io QEI equipment, but not including the computer and
peripheral equipment manufactured by DEC as covered in (b) above. shall be free from defects in material anti
workmanship for a period of twelve (12) months from the date the equipment Is accepted or fifteen (15) months from
the date the system is shipped, whichever comes fist. QEI's sole liability and obligation with respect to the system
under this warranty shall be LIMITBD TO EgAMING OR REPLACING, AT Qffi'S OPTION, F.O.B. ORIOiN,
AN YY YAK l VV 'l kif! bV ULrA1M l W LpUft lJ Ul ML; l AV l± UN MAL &XLAL . UK W VK&MAN akkUY AN U W"t4 tf
FAILS TO CONFORM TiO,TH1S WARRAN'iY,MO PED THE EQIMWNT IS PROPERLY INSTALLED.
KYLLY PROTECTED, AND MAINTAINED BY COMPETENT PBRSONNEL. QEI dull not be responsige for
any costs incurred in the idendficatim removal, reinstallation, or shipping to the factory of equipment to be repaired
or replaced under this warranty. When requested, QEI will snake available to the Customer a competent field service
technician to identify the defective system subassembly. The charge for this service will be At QM's ==t
established rate.
(c) EX-PM-S Warranties: Exclusipn of Implied WanEties: QEI further warrants that the goods stupplied hereunder
will coaform to Ore description herein stated and that QEI will convey good tale thereto, free of all liens and
encumbrances of any kind whatever md=wn to the Customer. QEI shall have no liability to the Coto= for
consequential or extended damages incurred as the di=t CC indirect result of failure Of any part of the equuiprnent.
This is QEI's sole warranty with respect to the goods. QEl MAKES NO OTHER WARRANTY OF ANY KIND
° WHATEVER. EXPRESS OR D1Vi UED. AND ALL II+dpL1M WARRANTIES OF MERCHANTABILFTY AND
F IMS FOR A PAR71CU AR PURPOSE WHICH EXCEED THE AFORBSTATED OBLIGATION ARE
REMY DISCLAMED AND EXCLUDED FROM THIS AGREEMENT.
(d) QEI reserves the right to make product modifications or changes without incurring any obligation to make such
modifications to systems previously sold.
SYSTEM RESPONSMILrff The extent of QEI's system responsibility is described as follows:
(a) QEI will demonstrate, prior to shipping, the operation of the system in accordance with a test specification
approved by the customer, or QEI will supply certified test results in lieu of the observed acceptance test. The cost
of the customer observed factory acceptance test has been included in the cost of this system. However, all systems
are completely factory tatcd whether or not a customer observed test is performed.
(b) The system price is based on QEI providing installed system software with all the operational and Data Base
r editing capabilities. QEI's offering includes both entry and design (with customer assistance) of the system Data
Base. This includes generation of the system Point Assignment Charts, Data But Descriptor Tables, and entry of
the Data Base. QE1 will enter and test the Customer's Data Base and will prepare all the reports and displays from
the data suppli4 including historic reports, trend graphs, and calculated points. Delays resulting from lack of the
w4uirrd system infatuation will be considered the customer's responsibility and the contract delivery schedule will
be 4uWA accorftly. QErz offering Is based on the original point count and system slze specified, increases in
the system point cant will be quoted by QF1 as an optional additional charge.
(� (c) Demonstration of the system operation, with the instrumentation which dz Customer may require at its actual
l site, may be simuleoed in QETs factory tests.
(e) QEI will not be t+eq*nsu'ble for system damage due to faulty installation by the Customer. Field service is
available from QEI for installation and/or startup assistance and is included in the price of this system.
(f) Field service and training are also available on an as needed per diem basis for system maintenance.
AD1-33
, Page 2of3
QEI'S SUPPLEMENTAL TERMS AND CONDITIONS OF SALE
QEI QUOTATION NO.7721
CANCELLATION, DELAYS OR DELIVERY DEFERMENT BY CUSTOMER: After the acceptance of a
purchase order by QE1, time is of the essence. If delay in shipments is caused by or at the request of the Customer,
payments shall become due from date- when QE1 is prepared to make shipment.
If the completion of the system is terminated by the Customer, payment shall be based on the contract price and
percentage of completion,
f QEI reserves the right to invoice the Customer an interest charge based an sire toll system prim at a monthly sate
of 1% for all delays caused by the Customer which are determined to be excessive and unreasonable. In particular,
r QEI will invoice as defined above if approval drawings are not return shipped, elther "fully approyWor *approved
as marked" within one (1) month of their receipt Similar invoicing will occur if data base tables use not reamrned
completely filled out either with the approval drawings or two (2) months prim to the scheduled date of delivery,
whichever is first
io
TAXES : Qr" I. 's prices do not include sales, use, export duties, value added, excise, or similar taxes. All present
or future such taxes applicable to the purchase or sale of equipment, covered by an order. are payable by the
Customer. where QEI is directed to collect such taxes, the amount will be added to the price of time system and paid
by the Customer in the same man= and with the same effect as if originally added thereto.
TRAMINC COURSES: Various training courses are optionally available from QEI for Q131 equipment however,
the cast of such a training course has not been included in the cost of the system.
AD1-34
Page 3of3
r
SRF-404
(5/13/91)
SRF Number.
CERTIFICATION REGARDING
DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS
The prospective participant certifies to the best of its
knowledge and belief that it and its principals:
(a) Are not presently debarred, suspended, proposed for
debarment,' declared ineligible, or voluntarily excluded from
covered transactions by any Federal department or agency;
(b) Have not within a three year period preceding this proposal
been convicted of or had a civil judgement rendered against
them for commission of fraud or a criminal offense in
connection with obtaining, attempting to obtain, or
performing a public (Federal, State, or local) transaction
or contract under a public transaction; violation of Federal
or State antitrust statutes or commission of embezzlement,
theft, forgery, bribery, falsification or destruction of
records, making false statements, or receiving stolen
property;
(c) Are not presently indicted for or otherwise criminally or
civilly charged by a government entity (Federal, State, or
local) with commission of any of the offenses enumerated in
paragraph (1)(b) of this certification; and
(d) Have not within a three-year period preceding this
application/proposal had one or more public transactions
(Federal, State, or local) terminated for cause or default.
I understand that a false statement on this certification may be
f grounds for rejection of this proposal or termination of the
l award. In addition, under 18 USC Sec. 1001, a false statement
may result in a fine of up to $10,000 or imprisonment for up to 5
I years, or both.
Typed Name & Title of Authorized Representative
Signature of Authorized Representative Date
❑I am unable to certify to the above statements. My
explanation is attached.
r
AD1-35
SRE-373
C: (6/2/89)
MWBE CERTIFICATION AND PARTICIPATION SU101ARY
Loan Applicant:
Project Number•
I certify that the Minority and Women's Business Enterprises
participating in this project are qualified in accordance with
;. the TWDB SRF-52 MWBE Guidance and that all MWBE consultants,
contractors, and sub -contractors will comply with the six
affirmative steps outlined in the guidance. Attached are:
t Solicitation Documents
Contracts
The attached documents outline the efforts taken in complying
with the MWBE Guidance.
Signature and Title of Authorized Representative of Applicant
Total Loan Amount $
Total Contract Amount $
MWBE Firms Contract Amount MBE WBE $ of Contract
(Name and address) Total Loan Attached
1.
2.
3.
Total MBE
' Participation
Total WBE
r Participation
d
* Any changes, additions, or deletions to these contracts
�- after loan closing must be submitted for review prior to
E award.
r- AD1-35A
r
0
a
t�
QUESTIONNAIRE
Each Bidder shall circle the name or may write in the name, where
indicated, of the manufacturers of equipment which Bidder proposes to
furnish. Not more than one manufacturer's name shall be listed for each
item of equipment. Upon award of a contract, the named equipment shall
be furnished. Substitutions will be permitted only if named equipment
does not meet the requirements of the Contract Documents, the manufac-
turer is unable to meet the delivery requirements of the construction
schedule, or the manufacturer is dilatory in complying with the require-
ments of the Contract Documents. Substitutions shall be subject to
concurrence of the Owner and shall be confirmed by Change Order.
Preliminary acceptance of equipment listed by manufacturer's name shall
not in any way constitute a waiver of the specifications covering such
equipment; final acceptance will be based on full conformity with the
Contract Documents.
Failure to furnish all information requested in the Questionnaire may be
cause for rejection of the Bid.
Section Equipment Manufacturer
06600 Odor Control Hoods Warminster
Delta
11140 Vertical Diffusion
Vane Pumps
11185 Submersible Sump Pumps Aurora
Weil
Goulds
Epno Cornell
11370 Bio-Tower Filter Eimco
Rotary Distributors Envirex
FMC
Walker Process
11430 Clarifying Equipment Walker Process
Eimco
General Filter
FMC
Envirex
Hi -Tech
Wes -Tech
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 )
(17578 ) Q-1
ADl-36
1
t.
r
�a
r
f
i'
f
1:
is
PRO
Section
t.
1,
t�
is
Section Equipment Manufacturer
11570 Diffused Aeration Water Pollution Control Corp.
Equipment Parkson Corp.
Aercor Corp.
13221 Bio-Tower Filter Munters Corp.
Media American Surfpac
Brentwood
13400 Instrumentation
14630 Traveling Bridge Lift -Tech
Crane P&H
Robbins & Myers
Wright
15101 Butterfly Valves American -Darling
DeZurik
M&H
Mueller
Pratt
15102 Eccentric Plug DeZurik
Valves Milliken
Victaulic
15112 Sluice Gates Rodney Hunt
15114 Slide Gates Rodney Hunt
16050 Electrical
16150 Adjustable Frequency Allen-Bradley
Drives Emerson
General Electric
Robicon
Westinghouse
16200 Communication System Gai-Tronics Corp.
16310 Secondary Integral Asea Brown Boveri
Unit Substations - General Electric
Liquid -Filled Siemens Energy & Automation
Westinghouse
Pederson
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 )
(17578 ) Q-2
ADl-37
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 )
(17578 ) Q-2
ADl-37
Section Equipment Manufacturer
16395 Medium -Voltage Motor General Electric
Control Equipment Siemens Energy & Automation
Westinghouse
Pederson
16480 600 Volt Class Motor Cutler -Hammer
Control Centers Furnas
General Electric
Klockner-Moeller
Siemens Energy & Automation
Westinghouse
Pederson
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 )
(17578 ) Q-3
ADl-38
TEXAS WATER DEVELOPMENT BOARD
P 0. BOX 11231
CAPITOL STATION
l AUSTIN, TEXAS 78711
PROJECT: City of Lubbock DATE: Dec. 8, 1992
SRF 3104-01
Gentlemen:
The Davis -Bacon Act (40 U.S.C. S276a et seq.) as amended, and 40 CFR &
31.36(1)(5) requires a valid Department of Labor (DOL) wage determination be
in the contract specifications (over $2,000) before bids are opened and be in
effect on the date of contract award. Determinations may be added to the
specifications by addenda after they are approved by the Texas Water
r Development Board (TWDB).
General Wage Determinations (GWD.) contain no expiration date and remain in
effect until modified, superceded or withdrawn. Modifications or supersedeas
determination published ten days prior to bid opening must be included in the
contract specifications. Also, if a contract has not -been awarded within 90
days after bid opening, any modification published construction, shall be
effective with respect to that contract.
Project Wage Determinations (PWD), issued by the DOL are effective for 180
calendar days from the date of issuance, unless an extension of time is
approved by the Wage and Hour Division (DOL). Modifications to project wage
determinations must also be included in the specifications when they are
received by this office ten days prior to bid opening.
You MUST keep the below signed informed of the bid opening and award dates.
By doing this, we will be able to keep you informed of any necessary changes.
' Please examine the attached determinations) immediately upon receipt to
determine if additional "classifications" or "basic hourly rates" are
required. If needed submit your request to the below signed with evidence of
prevailing rates from the prime-contractor(s), sub -contractors) or labor
showing: (a) Name of contractor, (b) Location and type of construction, (c)
Wage rates within each classification and number of employees paid at each
rate, (d) Additional classifications and hourly rates, if needed, (e) Specify
the determination number and kind of rates (heavy, building, etc.) to which
you wish these added.
If you need additional information, please contact me at (512) 463-8424.
I am attaching (X) Decision ( ) Modification
DECISION ISSUANCE MODIFICATION ISSUANCE RIND OF
NUMBER/TYPE DATE NUMBER DATE RATES
TX910028 12/13/91 Heavy
Sincerely,
i
F;��_,_7�ames T. Fowler
Attachment(s)
Copy to: Grantee
Project Construction Section
r Contracts/Payments - Wage Rate Issued File
AD1-39
General Decision Number TX91O028
Superseded General Decision No. TX9OOO2.0
State: TEXAS
Construction Type:
Highway
County(ies):
ECTOR MIDLAND RANDALL
LUBBOCK POTTER TAYLOR
TOM GREEN
HEAVY (excluding tunnels & dams) and HIGHWAY PROJECTS (does not
include building structures in rest area projects).
Modification Number
1
Publication Date
12/13/1991
TX910028 - 1
AD1-40
COUNTY(ies):
ECTOR MIDLAND RANDALL
LUBBOCK POTTER TAYLOR
Craft Group Name:
Craft/Rate Text Block: SUTX2037A
1 11/13/1991
Basic
Hourly
Rate
ASPHALT HEATER OPERATOR
$7.467
ASPHALT RAKER
7.267
ASPHALT SHOVELER
6.400
BATCHING PLANT WEIGHER
9.799
CARPENTER
8.153
CARPENTER HELPER
6.881
CONCRETE FINISHER -PAVING
7.496
CONCRETE FINISHER HELPER PAVING
6.500
CONCRETE FINISHER STRUCTURES
8.148
CONCRETE FINISHER HELPER STRUCTURES
6.987
ELECTRICIAN
10.000
ELECTRICIAN HELPER
9.500
FLAGGER
5.500
FORM BUILDER -STRUCTURES
8.021
FORM BUILDER HELPER STRUCTURES
7.000
FORM SETTER - PAVING & CURB
8.300
FORM SETTER HELPER -PAVING & CURB
6.307
TOM GREEN
Fringe
Benefits
TX910028 - 2
AD1-41
FORM SETTER -STRUCTURES
7.839
FORM SETTER HELPER STRUCTURES
6.479
LABORER -COMMON
6.018
LABORER UTILITY
7.102
MECHANIC
10.282
MECHANIC HELPER
8.000
OILER
8.233
SERVICER
7.823
PIPE LAYER
7.000
PIPE LAYER HELPER
6.250
ASPHALT DISTRIBUTOR OPERATOR
7.972
ASPHALT PAVING MACHINE
8.187
BROOM OR SWEEPER OPERATOR
6.411
BULLDOZER
7.963
CONCRETE PAVING CURING MACHINE
9.100
CONCRETE PAVING FINISHING MACHINE
8.075
CONCRETE PAVING JOINT SEALER
7.750
CONCRETE PAVING SAW
10.063
CONCRETE PAVING SPREADER
9.100
RF?NFnRCTNG STEEL MACHINE.
6.500
SLIPFORM MACHINE OPERATOR
9.000
CRANE, CLAMSHELL, BACKHOE
DERRICK, DRAGLINE, SHOVEL
LESS THAN 1 1/2 C.Y.
8.574
CRANE, CLAMSHELL, BACKHOE
DERRICK, DRAGLINE, SHOVEL
1 1/2 C.Y. & OVER
10.043
CRUSHER OR SCREENING PLANT
OPERATOR
7.500
FOUNDATION DRILL OPERATOR
CRAWLER MOUNTED
9.000
TX910028 - 3
AD1-42
i
FOUNDATION DRILL OPERATOR
t
t
TRUCK MOUNTED
10.750
FOUNDATION DRILL OPERATOR
HELPER
7.050
FRONT END LOADER — 2 1/2 C.Y.
& LESS
7.458
FRONT END LOADER — OVER 2 1/2
`
l
C.Y.
7.669
HOIST — DOUBLE DRUM
8.100
MOTOR GRADER OPERATOR
FINE GRADE
10.343
MOTOR GRADER
9.835
PAVEMENT MARKING MACHINE
9.150
r
PLANER OPERATOR
10.458
1
ROLLER, STEEL WHEEL PLANT
MIX PAVEMENTS
6.828
ROLLER, STEEL WHEEL OTHER,
FLATWHEEL OR TAMPING
6.474
ROLLER, PNEUMATIC SELF—PROPELLED
6.455
SCRAPER-1 C.Y. & LESS
7.546
SCRAPER —OVER 17 C.Y.
7.655
SIDE BOOM
6.350
TRACTOR —CRAWLER TYPE 150 HP
ti.:D LESS
7.290
TRACTOR —CRAWLER TYPE OVER
150 HP
10.750
TRACTOR — PNEUMATIC
7.422
REINFORCING STEEL SETTER
PAVING
7.926
REINFORCING STEEL SETTER
k
STRUCTURES
9.086
REINFORCING STEEL SETTER
1
l
HELPER
7.772
r
t.
TX910028 — 4
AD1-43
is
STEEL WORKER - STRUCTURAL
9.000
STEEL WORKER HELPER STRUCTURAL
6.250
SPREADER BOX OPERATOR
7.332
BARRICADE SERVICER WORK ZONE
6.500
TRUCK DRIVER -SINGLE AXLE LIGHT
6.592
TRUCK DRIVER -SINGLE AXLE HEAVY
6.791
TRUCK DRIVER -TANDEM AXLE SEMI
TRAILER
7.130
TRUCK DRIVER-LOWBOY/FLOAT
8.868
TRUCK DRIVER -TRANSIT MIX
6.891
WELDER
11.827
WELDER HELPER
8.290
Unlisted classifications needed for work not included within the
scope of the classifications listed may be added after award only
as provided in the labor standards contract clauses (29 CFR
5.5(a) 1(ii)).
END OF GENERAL DECISION
TX910028 - 5
AD1-44
CITY of Z. UBBOCK
SO UTHEAST
WATER RECLAIMA TION PLANT
ASBESTOS IN
B UILDZ"NG S UR YEY
Prepared By:
GRIMES AND ASSOCIATES
BOX 45
WOLFFORTE, TEXAS 79382
AD1-45
i. BUILDINGS SURVEYED
II. - SUSPECT MATERIALS SELECTED FOR SAMPLING
III. ASBESTOS CONTAINING MATERIALS DISCOVERED
IV, DRAWINGS WITH LOCATION OF ACBM DISCOVERED
V. FIELD SURVEY REPORT
VI. LABORATORY REPORT OF MATERIALS SAMPLED
VII. COMPANY CERTIFICATIONS
AD1-46.
B UILDINGS S UR YEYED
Plant Office Building
Old Plant Office
Digester Chamber 6&7
Old Chemical Building
Old Shop Building
Plant 3 Blower Building
Heater House 3&4
Plant 1 Pump House
Plant 3 Chlorinator Building
Digester Building (Abandon)
New Shop Building
11 Buildings Total
Friable and Non Friable
ACM Discovered
No ACBM Discovered
No ACBM Discovered
No ACBM Discovered
No ACBM Discovered
No ACBM Discovered
No ACBM Discovered
No ACBM Discovered
No ACBM Discovered
No ACBM Discovered
No ACBM Discovered
L - 1
AD1-47
S USPECT MA TEl�rA LS SELECTEl7►
FOR SA MPLI'NG
MAIN OFFICE BUILDING:
Ha 1: Suspended ceiling tiles
Buildings classroom an-1 breari rocn). 9r:z,.nai ceiling tiles
remaining.
HA 2: Floor tile
All areas of building except restrooms
HA 3: Transite (cement board) window panels
6 panels above lobby entry way door, 1 panel above south exit
door, and 5 panels in glassed lobby office.
HA 4: Cementitious pipe fitting insulation
Scattered fitting on domestic water piping mechanical room. all
fittings on roof drain piping above suspended ceilings.
HA 5: Transite (cement board) fume hood lining
Enclosed fume hood in lab 1.
PLANT 1 PUMP HOUSE
HA 6: Floor tile
Lobby and offices on ground floor.
NOTE The remaining out building on the site are constructed of block
walls on a cement slabs with either a cement or metal deck. No suspect
materials were noted in these buildings which would require sampling.
The digester chambers and boilers have bare piping. Interior surfaces
of these boilers were not sampled, however interiors of boilers almost
always contain some form of asbestos. We therefore recommend a close
inspection of each before major repairs or demolition.
AD1-48
ASBESTOS CONTAINING MATERIALS
DISCOVERED
MAIN OFFICE BUILDING:
HA 1: Suspended ceiling tiles
Ceilings of classroom and break room. These tiles are the original
tiles, other areas of building have non-acbm replacement tiles.
HA 2: Floor tile
All areas of building except restrooms
HA 3: Transite (cement board) window panels
6 panels above lobby entry way door, 1 panel above south exit
door, and 5 panels in glassed lobby office.
HA 4: Cementitious pipe fitting insulation
Scattered fitting on domestic water piping mechanical room. All
fittings on roof drain piping above suspended ceilings.
HA 5: Transite (cement board) fume hood lining
Enclosed fume hood in lab 1.
Cost Estimate for Abatement of All ACBM Discovered:
The abatement of all the ACBM materials discovered could be
accomplished in four to five days. Bids for the project should . run
between $9,000 to $10,000.
AD1-49
IV. DR.4 WING WITH LOCATION
OF ACBM DI'SCOYERED
r IY. - 1
L,
r AD1-50
t
HA-3: TRANSITE WINDOW PANELS
HA-4: TRANSITE FUME HOOD
WATER RECLAIMATION PLANT OFFICE
SCALE: 1/8" = 1'-0"
HA-5: PIPE-FlTTING INSULATION
WATER RECLAIMATION PLANT OFFICE
SCALE: 1/8 = 1'--0"
HA-2: FLOOR TILE
WATER RECLAIMATION_ PLANT OFFICE
SCALE: 1/8"= 1'-0"
HA-1: COUNG TILE
WATER RECLAIMATION PLANT_ OFFICE
SCALE: 1/8" = V-0"
W
W
W
Ul
ul
v,
A
a
w
r
F
BUTLI7SNG SUtItIARY
FACILITY: WATER RECLAIMATION PLANT
CITY: LUBBOCK, TEXAS
SAMPLING CODE SELECTED FOR FACILITY: C;:
STRUCTURAL AND FUNCTIONAL DESCRIPTION
A FROX.
DAT= OF CONSTRUCTION: ,
ADDITIONS:
GROUNDS
NON
UST:
OPERATIONAL
ABANDON
SUSPECT
SUSPECT
NON -
PCB:
GROUNDS
L" �, BUILDING
SUSPECT
SUSPECT
�
NON -
==DON:
BASEMENT�i1�
BUILDING
SUSPECT
SUSPECT
NON
LEAD:
IN DRINKItiG
FOUNTAINS: NO. �_
SUSPECT
SUSPECT
BUILDING
OUTSIDE
ROOF: ram. L-�a EAVES: - Af��T-. WALLS: Pc�
INTERIOR WALLS:
FLOOR BASE: 0.df r .A- COVERINGS: 0 t- 4 le-
D!IA- 0 + lam • ✓._ _ • � _
HEATING: le+ LA I
l•.
DOMESTIC WATER: � � 44c4 1 z5. -t1kam,c Faus I �z1L
BASEMENT: �,? TUNNELS: hJv
Inspector: Clark DeLavan
Firm GRIMES AND ASSOCIATES
464-78-4226
Inbbock, texas
r-
f AD1-56
HOMOGENEO iJS AREA
FACILITY:
CITY:
BUILDING:
HOMOGENEOUS
AREA #
WATER RECLAIMATION PLANT
LUBBOCK, TEXAS
MATERIAL
TYPE
LOCA 7 XC" PM LOG
LOCATION bF MATERIALS
7
�a t ab r ; Lib aIZ1 t a�r►•t naak-�
mm-y—witn-Mv- - T_5:rjwl0 --- -- 10 -3,0 — i il�
Inspector: CLARS DELA VAN Sig. 464-78-4226
Firm: GRIMES and ASSOCIATE'S lubbock, texas
AD1-57
1Y0�►fOGENEO US A RE44 REPOR T
l FACILITY: WATER RECLAIMATION PLANT
CITY: LUBBOCK, TEXAS
t BI:ILDING: ral:fn-f- [�)uIIf f( .
BI:ILDING ID CODE: /'-q:_ HOMOGENEOUS aRTA :ODE (HA i
6
DESCRIPTION OF !MATERIAL
COMPOSING THE HA: ;o YAL' . - _ TlIY5Tk!AI 11 t_t�lT
LOCATION OF MATERIAL: A 11 A ram: i iisir%Ea a inx:.s
TOTAL NUMBER OF SAMPLES TAKEN OF MATERIAL COMPOSING THIS HA
HA* I SAMPLE AREA ( MATERIAL TYPE
s MATERIAL TYPE CODE: 1. SURFACING 2. THERMAL 3. MISC. MATERI,
FRIABLE
NON -FRIABLE ACM NON -ACM
SAMPLE CODE LOCATION SAMPLE TAKEN
�-�.-
r" 3. frnn- l I 5_3
F
4.
5.
6.
7.
TYPE\PERCENT OF ACM:
GENERAL CONDITION: Very Good Good Ra,.ir Poor Very Poor
ASSESSMENT: No Damage Damaged Sig.Damage No Water Damage Wate- r jDamag
% of Damage �
Inspector: CLARK DELAVAN SSI 464-78-42e
Firm: GRIMES AND ASSOCIATES volfforth, text
AD1-58
1YOtlOGENEO US A REA REPO" T
FACILITY: WATER RECLAIMATION PLANT
CITY: LUBBOCK, TEXAS
BUILDING: r1 � 1 C� '�-a 1
B(:ILDING ID CODT HOMOGENEOUS AREA CODE (HA
DESCRIPTIO` OF 'MATERIAL. �---
COMPOSING THE HA: Y F-
TOTAL NUMBER OF SAMPLES TAKEN OF MATERIAL COMPOSING THIS HA
HA# 'Z� SAMPLE AREA I MATERIAL TYPE
* MATERIAL TYPE CODE: 1. SURFACING 2. THERMAL (�D MISC. MATERIA
FRIABLE NON -FRIABLE ACH NON-ACH
r SAMPLE CODE
I - E 1
F
F
LOCATION SAMPLE TAKEN
2.
3.
4.
5.
6.
7.
TYPE\PERCENT OF ACM:.
GENERAL CONDITION: Very Good Good Fair Poor Very Poor
ASSESSMENT: No Damage Damaged Sig.Damage No Water Damage Water Damag
% of Damage
Inspector: CLARK DELAVAiN
Firm: GRIMES AND ASSOCIATES
SS¢ 464-78-422
vol fforth, term
ADI-59
r
F
F
HOMOGENEO U.S A "E.4 REPOR T
FACILITY: WATER RECLAIMATION PLANT
CITY: LUBBOCK, TEXAS
Bl::.i NG ID C:DE. r�HOMOGE`EOUS AREA CCDE (Ha 2)
DES.:niPTIOIti Or `lATERIAi,,__ .�---.,�A�Sf+.� �r � COMPOSING THE HA : _ L ""� .ULI.
T O C A 7 I ON OF M A T E R I A L: ,_� 8T Y-tA44
TOTAL NUMBER OF SAMPLES TAKEN OF MATERIAL COMPOSING THIS HA
HA* SAMPLE AREA 1 MATERIAL TYPE #
MATERIAL TYPE CODE: I. SURFACING 2. THERMAL 3. MISC. MATERIAL
FRIABLE NON -FRIABLE WX_ ACM NON -ACM
SAMPLE CODE LOCATION SAMPLE TAKEN
1.
2.
3.
4.
5.
6.
7.
TYPE\PERCENT OF ACH:
GENERAL CONDITION: Ve;y Good Good Fair Poor Very Poor
ASSESSMENT: No mage Damaged
% of Damage
Inspector: CLARK DELAVAN
Firm: GRIMES AND ASSOCIATES
AD1-6C
Sig.Damage No Water Damage Water Damage
SSI 464-78-4226
Wo2fforth, texas
i a
— H01�IOGENEO US AREA REPOR T
FACILITY: WATER RECLAIlIATION PLANT
CITY: LUBBOCK, TEXAS
B U I :.DING: r-'-F -T7 r � E�a f rr_:�[ XJeEl
Bl: I :.DI NG ID CODE: r4 HOMOGENEOUS AREA CODE (H?,
DESCRIPTION OF MATERIA-
COMPOSING THE HA:cl — J�cLs'�.lL� pP1
LOCATION OF MATERIAL: r<lu� _,i;FLw -P �b��� Qi li'►1 e.
1
1:7.
TOTAL NUMBER OF SAMPLES TAKEN OF MATERIAL COMPOSING THIS HA
HA# 4- SAMPLE AREA I MATERIAL TYPE *
# MATERIAL TYPE CODE: 1. SURFACING n2sTHERMAL J. MISC. HATERIAI
FRIABLE NON -FRIABLE ACH NON -ACM
SAMPLE CODE LOCATION SAMPLE TAKEN
l . tom++ �nrrl am +4u)Lab A
-
4.
S.
7.
TYPE\PERCENT OF ACM:
GENERAL CONDITION: Very Good Good— Fair Poor Very Poor
ASSESSMENT: No Damage Dama ed
% of Damage
Inspector: CLARK DELAVAN
Firm: GRIMES AND ASSOCIATES
ADl-61
Sig -Damage No Water Damage Water Damage
SSI 464-78-4226
volfforth, texas
r
r
a
HOMOGENEO iLlS AREA REPOR T
FACILITY: WATER RECLAI!lATION PLANT
CITY: LUBBMK, TEXAS
BUI:.DI`G: L12tLLG
BL :.DIN :D CODE: _ HOMOGENEOUS AREA CODE (HA
DESCRIPTION OF MATERIAL COMPOSING THE HA: 1 'F i.t p4F_ ?--ALpM15 1-tp1 raven i A15trr
G i4cnd
LOCATION OF MATERIAL: "! iaor'Tg VE)-r'r' t- wr,>
TOTAL NUMBER OF SAMPLES TAKEN OF MATERIAL COMPOSING THIS HA
HA# SAMPLE AREA MATERIAL TYPE
* MATERIAL TYPE CODE: 1. SURFACING 2. THERMAL 3. MISC. HATERIA
FRIABLE NON -FRIABLE � ACM NON -ACM
SAMPLE CODE LOCATION SAMPLE TAKEN
2.
3.
4.
5.
6.
7.
TYPE\PERCENT OF ACM:
GENERAL CONDITION: Very ood Good Fair Poor Very Poor
ASSESSMENT: No age Damaged Sig.Damage No Water Damage Water Damage
X of Damage
Inspector: CLARK DELAVAN SS# 464-78-4224
Firm: GRIMES AND ASSOCIATES Wolfforth, teas:
AD1-62
I
FACILITY:
CITY:
BUILDING:
XOtIOGENEO US AREA REPOR T
WATER RECLAIMATION PLANT
LUBBOCK, TEXAS
A
BUILDING ID CODE: HOMOGENEOUS AREA CODE (Ha s) 4
DESCRIPTION OF MATERIAL ++
COMPOSING THE HA: Ui*T I -9-1C !'a1. �3Y1_ _ I tint' --�
LOCATION OF MATERIAL: mnb
TOTAL NUMBER OF SAMPLES TAKEN OF MATERIAL COMPOSING THIS HA
HA* lg� SAMPLE AREA MATERIAL TYPE * `
* MATERIAL TYPE CODE: 1. SURFACING 2. THERMAL 3. MISC. MATERIA.
FRIABLE
! SAMPLE CODE
! I.
2.
3.
4.
5.
6.
NON -FRIABLE ACM NON -ACM
LOCATION SAMPLE TAKEN
7.
TYPE\PERCENT OF ACM:
r-
GENERAL CONDITION: Very Good Good Fair Poor Very Poor
ASSESSMENT: No Damage Damaged Sig.Damage No Water Damage rater Damage
% of Damage —A9 220=ZM
Inspector: CLARK DELAVAN SS! 464-78-4224
Firm: GRIMES AND ASSOCIATES volfforth, texas
AD1-63
7
HOMOGENEOUS A 14EA 1?EP40R T
FACILITY: WATER RECLAIMATION PLANT
CITY: LUBBOCK, TEXAS
BUILDING: �InE -ajItr)f -�
BUILDING ID CODE: �,� HOMOGENEOUS AREA CODE (HA s I —1
DESCRIPTION OF MATERIAL n (
COMPOSING THE HA: ��,tg2z -Lpe l r -a l t
TOTAL NUMBER OF SAMPLES TAKEN OF MATERIAL COMPOSING THIS HA
HA# SAMPLE AREA % MATERIAL
TYPE
6
* MATERIAL TYPE CODE: 1. SURFACING 2. THERMAL
3. MISC. MATERIAI
FRIABLE NON -FRIABLE ACH
NON -ACM
SAMPLE CODE LOCATION SAMPLE TAKEN
2. dF 10 ? Y{ir�
4 . ,U=- I I2W
5. 2M t I• S � � � ��nr�►-�
k
I
6.= I I Lain 1
TYPE\PERCENT OF ACH:
GENERAL CONDITION: Very Good op�� Fair
Poor Very Poor
ASSESSMENT: No Damage Damaged Sig.Damage No Water
Damage Water Damage
% of Damage �2
--S�sS
Inspector: CLARK DELAVAN
SS4 464-78-4226
Firm: GRIMES AND ASSOCIATES
wolfforth, texas
AD1-64
L,
.-4
7
SA!lr:, E I.v VENTOR i.
Xr
i
6.
r.
L�-
9.
10.
11.
12.
j 1181
13.
�13%
14 .
1180
1s.
t t12-34 -
16.
u �1Z--
17.
rlL%
i s .
tl�7
..
19.
L°
20.
Inspector: Clark DeLavan
Firm: Grimes And Associates
i
+ i
�_ W��-Mw
464-78-4226 Date -4 -
Box 45 Wolfforth, Texas 79382
AD1-66
FKeVC0
r' LABORATORY t CONSULTING SERVICES
`i �+t3�tta �aRN
/^ �% ass.,.a...,,aaaa.a:raaaasaas:saa.a,ps*,asasaa„aaaaass.�
••�-L�v( • W USE CULT C£VCO Job 0 ........
Date . Client it (InitiaU
• Receive Date I
VOUI :3MDAwT INFORMATIM ' Receive Time ......••.
� - — sxriss.:.aa..assss:aasa:assa===-•a*aria,:,sa=a:ss,sssaassss:
roar rare Is idling Address Sam? (circle one) Yes
P.Oje:- Now or wuTex• -'' If NO provide Billing Address Mere
•�! LJ
Caeoanr rase � _� r �'• ,.z�� �'
Coommy Address
r� Gc (tip)
_ (:il
INSTRUCTIOMS TO CEVCO LABORATORY
Check *,*: Check Those That Apply:
9M Do Not Telephone Results t ) Do Not Federal Express the Results, US hail is adequate
( ) Telephone Results to: I ) Federal Express Results Priority One (Delivery Next Business AP
ram ( ) Federal Express Results Standard Air (Delivery Next Business PM
Telephone VMw Telefax Results To: /
With Area Code Nam
YOUR 1SAMPLE DESCRIPTIONS
r / TO:AL r Samples Enclosed
--t— it Bulk Samples Enclosed
I Air Samples Enclosed
I�
Fax it with Area Code g;[., 't; 7-,�
• . When Shipping Samples Via Federal Express Always •
* REMMER • Check The •RILL RECIPIEMT• Portion Of The Airbill •
* ' And Insert QVCO's FED EX ACCOUNT # 133-427.139 •
Sample Sample Description Sample Vala
tD 0 (flow Rate x M
................. -................... .....•..-•----..........................................._..............------......
.- 7 •-�-!-- ��---rc�,........................................
-........... ...................•... • ........................... ----•-.----..._..--••----••--•-•••..........._
. ._._..11C' 1 •--•--•----.. :tc -----•---•-�wk--._._...................................
OL
.•e....... M r---.••-.-.--_._..-•.......... ... ........... c).F. --l..........__...._........._._........_.._
.( ._�:...�1---------------<<........... ......... ....,__._..._._...•.---•-- ................
If
. ..__--=-�1::........... ................. -...... -alaacr.-:7....••...--------------- .....
.._•---
..-----....1 ,--------------��-------------....--.... J._--.--.............. --...-----•- ........ .._..
?_.....--------------------••------�. € Bann ...----.._..,
Special Instructions T- — •�'u 17'�
6VC0 SERVICES WC. * ago PMSBURGH 110" * BUTLER, PA 16W1
!.Y •.w L_ _/M
'I
F
Kevco
LABORATORY i CONSULTM SRFM
REPORT 70: GRIMES i ASSOOIATES
PO sox 45
NALFFORTH Tx
ATTENTION: CLARC DELAVAN
RUL9 ASBESTOS MULE ANALTSIS REPORT
T93U
REPORT DATE: 4::Z.,
TEST NETNOO: 40 Gil CN. 1 (1•1•87 EDITION) V 76.
SUIPTT..,0 APP. A. /PAGES Z93.M.
ANALYST SIGNATURE:"L.�
PAUL KIIX
`OJOB ILIMBER:
Z
DRECEIVED:
'&/O
2
(
4 0o
DAEANALYZED.,
2
QZ/9
/2/92
....... ........................................................................•-----.._.................
CLIENT�SAMPLE ID:
OF 1131
OF 1132
OF 1133
PROJECT 10:
I 9175
( 9175
I 9175
................................................................................................---..............
SAMPLE LOCATION:
...................................
IS THE SAMPLE PQWXEW*M
NO
( NO
-------....._.
j NO
........................ ..........
... .......................
..... .....................
... ....-----.............. -
DOESIT CONTAIN LATERV
YES ....................!.itS...
.... ..............�
YES
.......---•---•----•----�
....................... 4.................
IS THE SAMPLE FIUMWI
I TES
I YES
(.YES
(AMPLE -COLOR: ....
.........................................................................................:i
.......................« ........................
I GREENNNITE 101111 MITE-
.................. ....................................
.I GREENAIH1TE
...------
SAMPLE CONTAIN ASSEST`i FIIERST
I TES
I YES
I YES
...... ..... ...............
ASBESTOS TYPE AN13•PERdJIT:
.................... .••_...
AMOSITI 16 -
.............. --.................................
25 ANXIII 1S
I AMOSITE 15
...... .................. ....... ................................................................................
TOTAL PERCENT ASSNE1104:
I TOTAL: 15 •
25 TOTAL: 15 -
25 1 TOTAL: 15 - 25
........................ ....................
................. -••------•---.......................
....... ----....
FISIMS MATERIALS AND 0=117I
IFIBM `LASS 60
70
FISAW GLASS 60 •
10
FIIRCIIS GLASS
I CELL ;Z
I
I
...........................•....•.........................
..............................................
0........
Nowt1lRAUs CONSTITUIM:
I UNDER GLASS IEAD
I TINDER SiLAS$ 8E1D
I MINDER CLASS READ
....................... ..........................................................................................
DEVIATION FROM TEST NITM
I I
I
• TNIS TEST REPORT MUM ONLY TO THE 1104 TESTED AND M W NOT It ifPtffXX D EXCEPT WIN THE
AMOVAL OF THE `LAIORATORT.
• ALL NWIPLES YILt IE 01SPOSID OF 90 DAYS FOLLOWING SAMPLE RECEIPT UNLESS OTIMISE INSTRUCTED BY
THE CLIENT.
• UNDER CURRENT 90A REGULATIONS. AN ■ASBESTOS CONTAINING NATERIAL6 CONTAIN NONE THU ONE PERCH
ASBESTOS.
• TNILESS OTNIRVI STATED TEST IPTNOD ODES NOT URILln POINT CONNTING. OANTiTATION OF COIPO UTS
By YISUAL EST1 ION OU�ING NACROSCOPIC AND/OR Kill EXAMINATIONS.
• UNDER CURRENt NIUATIONS 40 CFR PAU 61, ASBESTOS CONTENT 11 SIINPLE! VITN LESS THAN 10
PERCENT ASUST NOW BE RIVIRIFhD IY RN POINT COUIRIRR.
AD1-68
t.:
LABORATORY i CONSULTING aE ES
r
F
REPORT TO: WINES & A=IATES
00 Sox AS
YOLFFORtM TX
AMM ON : CLARK DELAVAM
MWLQ AsfEiTa SAMPLE AULTSIS REPORT
7M2
TEST METNOD:
ANALTST SIGNATURE:
REPORT DATE: 41C2'9
40 CFR CM. I ct.1-a7 EDITIp+) pT 753
SUN►T. f APP. A. PAGIS M-2" .
- !T&� l�-
PAUL Nwm
XEVCO J09 NLFKK:
-- ....
14900
1i9M
14900
DATE RECEIVED:
4/02192
4/02/92
4/02/92
DATE AMALTZED:
.................. .....................
4/02M
......... ..................
4/02/92
0...................
6/02/92
................
CLIENT SAMPLE 10: I Of 21;1 I OF
1 14r A122
PROJECT 10:
...... ................�......................................-----.................. 0............................
SAMPLE LOCATION: I (*A$S 11 TILE ONLY*) I
...........................................................................................................
IS THE SAMPLE MO1100E*CW7 I No 1-YES j TES
...................... ..........................................................................................
DOES IT CONTAIN LAYE147 I TES I N0 NO ,
..... - ------......--............ .......................... .............. ._...................... ............
is THE SAMPLE FISROUNt j No TES TES
................................................................................. ...................... .�
SAMPLE COLOR: -I TAN/YHITE TAR •I VN1TE
-----------------_-_. ....---......II.........---.............I....................................................
SAMPLE CONTAIN ASRES*t FIRERS? I TES NO I TES
...........................................................---------------------------------------...........
ASSESTO'S TYPE AND PEICENT: •�-CNRTSOTILE 01 - 05� ( CNRTSOTILE 30 - 0
TOTAL PERCENT ASu all TOTAL: 1 S j 0 PERCENT TOTAL: 30 - 40
............................................................-----------------................------ ... ..
fI9RaIS MATERIAL: AM KRCENTS ICELLULOSETIC 01 Ix OS ( CELLULOSE CLASS O1 - 50 02 `a140A CLASS1%
SYN.................................................................................... a...........................
NONFI9ROUS CONSTITUEN/S: I MATRIX MINDER GEMS 9EAD 1910DER
.... .............................................................................................................
OEVIATION FROM TEST MiTNOD: I *1 ! ! I
- TNT$ TEST REPORT RELATES GILT TO TIN ITEMS TESTED AND MUST NOT N REPRODLUD I[XQPT VITII THE
APPROVAL OF TINT LANORATOMRT.
- ALL WWUS YIN N 011POW OF 90 OATS FOLLOYING OWLE RECEIPT UNLESS CMERVISE INSTRUCTED NY
THE CLIENT.
- UNDER CURRENT IPA REMSILATIONS, AN •AS9ESTOS CONTAINING MATERIAL* CONTAINS MORE TNAN OK PERCENT
AWITOS.
- U11Llp atmnR STAID TEST INTNOD ODES NOT UTILI>S FOIRT COMING. R1IlUITHATION OF COMPONENTS
9T VISUAL 111 TION RING MACROSCOPIC AND/Olk PLII EXAMINATIONS.
UNDER CURRENT SNAP WGUILATIONS, 40 CFR PART 61, AWST08 CONTENT IN SAAPLES VITA LESS TUN 10
PERCENT ASSEST CRt 14 EEVENIFIED IT PLN POINT COMM,
*1 MATRIX OF SAMPLE OISSOLVEO IN TETRAMTOROFWM, NEAIED, EVAPORATED, TNEN ANALYSIS CONT111IMS ACCORDING
TO TEST NETNW.
AD1-69
g@Nb0 SERVICES INC. t $90 PRTSSURGH ROAD t BUTLER. PA isoci
t
FKevco
LABORATORY 6 CONSULTING SEAVICU
r
F
REPORT T0: GRIMES i AtW4IATEI
PO NOX 4S
WOLFFORTN 1I
ATTENTION: CLARC DELAVAN
NUL[ ASNESTON SMILE ANALYSIS REPORT
7938E
TEST NETNCO:
ANALYST SIGNATURE:
REFIT DATES 4/0:/92
40 CFA CN. 1 41-1-87 EDITiNNU ►t
SUSPT. F APP. A. PAGES 293.299
In
PAUL KU
W.
JOS NUMBER:
14900
14900
DATE RECEIVED:
4/02/92
I
4/02REVCO
/92
DATE ANALYZED:
4102M
4/02/92
............... ....
............................................................................................�
CLitNT SAMPLE 10: I OF A123 I PA 6131 j
PitOJECT 10: 917E 9175 I 1I1
••..........M...................................................
•....a.•...•......••_....•............�
sAMPZf •LOCAT LOCATION: I I I
--.. No ............................................................-
.........................
Is•1NE SAMPLE N011UOEMLIIs? �I f � 1....................... —.......................................... •.................. .---•--------............
DOES IT CONTAIN LAY11V I TES I VES
....................... ..................................... ......... •.•.•.•....••..-.r......................
is THE SAMPLE FINROUS2 I YES I NO I
.................. •.- ..........
•!AMPLE COLOR; I tAN/WH M 1 NRO AiNITE I .f
....................... _........................ ............................ ------....................•........
SAMPLE CONTAIN ASNESTOS FIVERS? YES I NO
...... ....... .....-.—.......... .......................... ............... ...........................
-.._ ....
ASNESTOS TYPE AND ►EItN;NTs I CNRTSOTILE 05 • 10 I
...... ................... ........................... .... ._......_.__..._._._.....................................
TOTAL PERCENT ASUST01: 110TALs S - 10 0 PERCENT I
....................................•--.......---........ ......
......................._..........---
F1NROtU1 MATERIALS ploN1s FISROIA 0LA1! 05 - 10 10M M.AU
I CELLULOSE 60 - TO CELLULM 01 rS I 1
..................... .._..................... -............. ..._..---- ...........__•-•--....................... .
NON►INRan CONSTITUENSS 181011 FILW 1 211ER MATRIX I
.........---•.................................................................................................
DEVIATION FROM TEST MOM: I 1 ♦1 1
- TNIS TEST REPORT NELAM ONLY TO TIE ITEM TESTED AND RUST NOT NE REPRCDt= EXCEPT NITN THE
APPROVAL OF 10 �YORAIORY.
- ALL SAMPLES WILL NE 0ItP0SE0 OF 90 CATS FOLLa1ING SAMU RECEIPT UNLESS OTLI Nt1E INSTRUCTED ST
TIE CLIENT.
U091 CURRENT 1111k 11G LAT11 11, AN %WT= COtTAINM MATERIAL` CONTAINS KM THAN ON PERCENT
- �SS OTNENI $TAM, 1ENT IN:TNOD MS NOT UTILIN POINT COUNTING. OL WITATION OF C01 MEN71
IT rIN1UAL EST ICE ONAIINO NACROlCOPIC AND/OR PLUI QIAMIaIATIONS.
• IlInER CZRRENT WWTIONS 40 CFR PART i1, ASKS= CWTW IN SAMPLES WIN LESS TUN 10
PERCENT EI WATT SE WUIFID 0Y ►u 00197 MWING.
'&1 MATRIX OF SAMPLE 019OLMED IN TETRANYDROFIlRAN, NEATEO. EVRPORATEO, TNEN ANALTSIS CONTINUES ACCORDING
t0 TEST NEtNOD.
ADl-70
lKPvi;o
tJl6ORATORY & CONSUL T04 ORMS
REPORT 1O: GRIMES 11 A*CIAT$S
PO Box As
ATTENTION: CLMR OELAV40 tx
I
BULK ASBESTOS &APPLE ANALYSIS REPORT
T93U
TEST METNOO:
ANALYST SIGNATURE:
REPORT OAT[. ..
40 CFR Cy, 1 (1-1-87 EDIT10k)
SUBPT. F APP. A. PAGES 293-Z".
PAUL M A14
JOB
14933
ODATE A EORANALYZED:ER' I 4/07/92 1 1
...................... . .........................................................................------•. _..
CLIENT SAMPLE 10% Of 1137
PROJECT 10: 1 9222 I
...................................................._...............................---------------........... .
S;;;U LOCATION: CEILING TILES
CLASSROOM l I
10 THE SAMPLEj
•OUST �•NO I �•
...r...................................------.................................. -..........................
ODES IT CONTAIN T ( YES I I
...........................................----.................................. ......_.................
iS THE SAMPLE /Ij YES
.................................................................................................
&LE COLOR: 16REEN/YNITE I I
...................... .................................. ............................ ..._....._.__.......
SAMPLE COMTAIX A181+06 FIBERS? I TES I
I
.... ................. 46..................................................... .........---..................... ..�
uBEPas TYPE AND T1 I ANXITE is - 20 I I
..........................................................--•--.......------•---•----.................--.-•-.. .
TOTAL PERCENT ASBE$ : I TOTAL: 1s - 20 I I
..................... In................. ........... ............................ ----•------........................
/I1AM MATERIAL$ A# PERCMI I FIIROUS uAS1 60 • 10 I j
C$LLULOSE 9 >x j '
..................... .......... .....------------------ ..................._._..-----•----........... 0.............
M0NrIUVA NZ;O 911% $s I 1110ER/6LAS0 KAD1 I j
-------------------1.•.._-...-..-....1....-........ ...... ....-...-................... ----•----- .. I........... .
DEVIATION FROM T$ST TNODI I I
• tR10 TlS1 T KLAM ONLY TO THE ITEMS TWO AND MWT NOT U EEPRO UCE/ CKWT WITH THE
APPIM MAI a
LARORATQT.
- ALL $AISLES
L NL 01$POtW OF 90 OATS FOLLOWING =APPLE RECEIPT UNLESS OTKRWISE INSTRUCTED IT
THE CLIENT.
• IIM 0^2111
A 11IR ATIONS. AN NASBESTOS COIITAINING NATERIAL- CONTAINS MORE TRAM ONE PERCENT
A18ESTOB.
- VALE$$ OT STATED TEST MITNOD DOES NOT UTILIZE POINT MWING. MRIANTITATION Of COMPONENTS
IT vlaw l SST
TIM ING NACROSCOPIC AND/OR PLA AXANIRATIMS.
r
- UNDER CURRENT
PERCENT ASK
1W RER LATIONS. 40 CFR PART 61, ASBESTOS COMTEIR IN RUMPLES WITN LESS THAN 10
MAT W RAWRIPIEO By PLII POINT Co<RITINa.
F
AD1-71
r
F
F
Ke-v o
00010000001
LABORATORY i CONSULTING S IRVM
IUL[ ASBESTOS SAMPLE ANALTSIS REPORT
REPORT TO: GRIMES i ASSOCIATES
PO BOX 45
WOLFFORTR TRT T93U
ATTENTION: OAK DELAVO
REPORT DATE: 4/U.
TEST NETNOD: 40 CR CN. 1 N1.1-RI7 tolfl IRI P' 'e:
SUSPT. F APP, A. PAGES M-299.
ANAL-YST SIGNATURE:
PAUL NUN
TEJOS ER'
I4/07/92
I4/07/92 I4/07/92
EDAANAUZD:
................u....... u.....•
a ..... u...._..._.e .•.•.....-r.w....w......•.....0
.••.-•-.--........•...-.-.
.
CLIENT fAMFLE 10:
Of 1134
OF 1135
OF 1U6
PROJECT 10:
9222
+ 9222
9222
..... ...........................................................
0..•..................•
...........---.........
SAMPLE LOCATION:
CEILING TILES
CEILING TILES
CEILING CEIILING TILES
R
-
............ ................................................................................................
IS THE SAMPLE OUS?
NO
NO (
NO
..........................................................................................................
DOES It CONTAIN U 7
YES
, YES I
YES
----- •--------------- 4............................................•.......................................
IS THE SAMPLE f1S1t*7
I YES
i TES
YES
... ..... ....... •............................................'.....-....---•..-----...............-----
fAMPIE COLOR:
I lT. 6RAY/NlITE
, NgTE/TAM
LT. GRAY/VNITE
..................... ....................
............... .
...... ......... •..•... ---♦........ .................... .
SAMPLE CONTAIN ASVE#OS FIVERS?
I NO
I TES (
NO ;
..................... ....... .............
...... ..................
................................... ....... .-----R
ASS $= TTPE ANo 1
�
� ANKISITE 10 - 20
TOTAL PERCENT ASKS*:
0 PERCENT
tOTAIt 10 - 20 0 PERCENT
..............................................................................................................
iiW= NATER1ALS Ab PERCENTI
flu+Ous CLASS 30 -
40
flimus GLASS 55 . 65
FIVROUS CLASS 30 - t�
CELLIILOU 25 -
33
I CELLIR.OSE 01 - 02 (
CELLULOSE 25 -
...... ......... ..............•-------•---------...............------------------....._----•--._...
._..
NONFIVROUS CONSTITAM:
IINDER/FILLER
6111DE1/CLASS WAS
•INDERALASS W,3s
I
( I
KALITE
0Evu11aN FROM TEST
TNDD:
I
I t
- TVIS TEST 111*1 NUAM MLY 10 TIRE 110d USTEO Alp WIT ■ T U NOUDUCID EXCEPT MITE IN
APPROVAL OF ?p WQATINIT.
SIIFr - ALL LES WILL VE 011POW OF 90 OATS FOLLWANC SAMPLE RECEIST UNLESS aR1EwAu INSTRUCTED VT
To CLIENT.
- IRNDER CMW'VA MUTIONS, AN GASNSTOS CONTAINING NATERIALE COIRTAINS NDRE TNAN ONE PERCENT
ASBESTOS.
• INILESS CTNE
SE VTATED TEST NETNOD DOES MY NTIUn POINT COUNTING. dAMIATION OF CONPWEIS
r VIM EST TIN ING IIACNOSWIC ANO/OR FIX VOINAtIONS.
RRSXT NINSMAP - IMDU CUREVUI.ATIONS 40 CFSVR PART 61, A $= CONTENT 12 SIMPLES WIN LESS TNAN 1t
PERCENT ASRE MUST VI: Ri1fERIF11a VT ►LM POINT COUNtING.
FAD1-72
ro
t.
LABORATORY & CONSULTNO
REPORT TO: GRIMES i AS*CIATES
PO 9w 43
TX
ATTENTION: CLAR[ DELAY*
r"
F
Wl: ASUST09 SWU AMYSIS REPORT
REPORT DATE: -
TEST METHOD: 40 US CH. 1 (1.1•67 E YK-
VXPT. F A". A. PAGES V! S
7'43a2 ANALYST SIGU IVRE: /I L�•�
PAUL OIJRI(
REYCO JOB Kwets 14933 14935 14933
DATE RECEIVED: 4/07/92 4/07192 4/07/92
CAT( ANALYZED ::........................... 4/07/92 4/07/92 4/07/92
.....................
..................................•-._..........................
CLIENT "Wig IDS OF 1131 OF 1132 OF 1133
PROJECT IOC 9222 19222 , 9222 +
...... ............ ......................_.----..._.......................... ................. ---- .....
....
SAMPLE LOCATION; ( CUILL UG TILES CUU GBY OFFICIITILES I OFFICE LINGZTILES
it THE SAMPLE OUS? j NO NO j NO
....................•...........................................----------.......................... 0......
DOES IT CONTAIN LA ? TES , YES YES
..I: -THE -SAMPLE FIKO"? TES TES TES
.............................................................................................. .
1A11?LE COLORS WHITE/LT. GRAY VMITULT. GRAY LT. GRAYMNITE
..........................................................................................................
SAMPLE CONTAIN AUEs Oi FISERS? I NO 90 � YO
•- .................... .......................... ........... ............... ....................
...• _I
AeeESTOS TYPE AND Tt ;
.............. .................. ............................
........--------................................ .
TOTLL PERCENT ASK 3 0 PERCENT 0 PERCENT 0 PF1 ula
......--••--ERS
--•--.............. ........... .......................................................... ...
FINROLK MATAL; 4 PERCENT; FI8=X GLASS 35 - 40 FISROUS CUSS 30 - 40 FIR60115 GLASS
I CELLULOSE as- 35 ` CgWXA E 20 - 30 CELLULOSE 3a
•...................i.............................................----------.........................0......
NONF11i M CONSTITIIWSs ( 4111ERAS TADS 6110RA S KADS IOE1/6LASS RADS
�1�S
..............................................
KVIATIQI FROM I
- TNI$ T1ST 2044T Kum ONLY TO THE ITEMS asto AND am NOT Be REPRODIIm EIICES+T VITA THE
APPROVAL OF Ill WONAMY.
• ALL SAWLLS IqLL ILL DIU DIED OF 90 OATS POLLdTING 14MPLE RECEIPT WES.S OTMER1r N INSTRUCTED NY
Ta CLIENT.
LIM UihT;&A M UITIONS, A11 101ESTOI COYTAUM WATERIAV CONTAINS ME TURN ONE MCM
ASRLSTOt.
- UNLIn U :AM, TEST IETNOD DOES NOT UTILIZE POINT CMING. UNMITATION OF COMPONENS
IT VIURL CRT MTIOff WIRING AACtOMIC AND/OR PU1 �IOIMINATIONS.
• UN01:R CURRENT WIMP RNAATIONS 40 CFN PART 61. ASDUM CONTENT IN SAMPLES VITN LESS THAN 10
PERCENT AIRS IRJRT RE REVERIFIED IT PLM POINT C0mmo.
AM-73
No Text
I
F
HIS TOR Y
C F
GRIMES AND ASSOCrA TES
Grimes and Associates began conducting business in Lubbock in 1982
while serving the engineering needs of architects throughout Texas and
Eastern New Mexico.
Approximately three years later in 1985 we expanded our operation to
allow us to work directly with large institutional clients like the City of
Lubbock, Lubbock ISD, Veterans Administration, General Services
Administration, etc. as well as with our architectural clients.
Two years later, in 1987, we expanded once again to serve the
environmental needs of our architectural and institutional clients,
working mostly in the asbestos -related fields.
1989 has witnessed a further expansion of our environmental services as
we now address underground fuel storage systems and remediation of
damages to soils and water. We extended our services in the asbestos
field with the addition of our "in house" air monitoring lab and quality
assurance program.
1991 Grimes and Associates has grown in environmental services to
complete our clients needs in the fields of radon detection, lead based
paint surveys, implementation of contaminated hydrocarbon remediation
action programs, as outlined by TWC.
E.
AD1-75
�'exas Engineering, Exetension Service
The Texas A&M Universi� System
Occupational and Environmental Safety Training Division
certifies that
Clark DeLavan
r
has satisfactorily completed the
i
V
O�
Asbestos Inspectors Refresher Course
This 4-hour course satisfies the requirements of 40CFR 763, Part lll, Subpart E,
Appendix C, the Model Accreditation Plan.
June 13, 1991
7n
464-78-4226
Ce"Ifkete Number
-. 4
I71flf•NV enr:�. t•��u����•�i ��
rim Engineering Extens ion Service
The Texas A&M University System
Occupational and Environmental Safety Training Division
certifies that
Clark DeLavan
r
has sati"sfactorily completed the
1
V
V
Asbestos Management Planners Refresher Course
This 8-hour course satisfies the requirements of 40CFR 763, Part 11I, Subpart E,
Appendix C, the Model Accreditation Plan.
June 13, 1991
0
+.._. 464-78-4226
CertiAeMe Nnmbn
T .xAs
ENGINEER]IN(,,
]�7�'n"q:,T�ltilf�DlV
�➢31f$'V1hC'Ifi;
THi ]E TEXAkq A&M
Occupational and Environmental Safety Training Division
This is to certify that
Clark DeLavan
03 has. satisfactorily completed the
Asbestos Abatement Refresher Course
for Contractors, Supervisors and Project Designers
This 8-hour course satfifies the requirements of 40CFR 763, Part 111. Subpart E:, Appell lix C.
the Model Accreditation Plan, and OSHA 29CFR 1926.32, Subpart F, Competent Persmi d fini0mi.
June 12, 1991
Date
464-78-4226
Cenlfkwe Number
lam L_
cone
+l A& " -
. rn f at�erzdtr Ve 2-h mw , cmuse of staudy and sucoess. dly passt,U tree
.,necr+e emirU.aE;t,wmh a n�[ntneurrt soon Qj'olx'«x,�rt,ar gacrdtmtto�ri as arc
Jr. v
Inspector
1 •
Coors icamn E]afk A+crc:recltiation R
•Oclobe;t it"�.•!i! ':.. ..:: MUM
77
i - • • / • • -
i0to 44
.. . w ••.. • • ••• •• - •• • .• «
•_, • 7�iis ca�e•ts ippRv�ed•� �e [�.8► S.P.A, YAM.
: 8N6 ee Cw�nel .. !!!C!o�ege pate lAterht
. '. lrhfteAvus� �Gi ti v ltZ4iO�R L'��d?.• ' . .. �: tc14oC?sdAh.�llhnveryl,� .
�j Coordinator
MUM" Otm tivelm.w oft97'4"mm. MWzmdous'MatcHaf9'Progmms
INDIANA DEPARTMENT OF ENVIRONMENTAL MANAGEMENT
105 South Meridian Street
P.O. Box bCl' Indianapolis 46206-601
Telephone 3171232-t3 3'
December 16, 1991
L. Clark DeLavan
Grimes i Associates
P.O. Box 45
Volfforth,TX 79362
Re: Certificate of Asbestos Accreditation
! 191220122
Dear Mr. DeLavOn:
Based upon the review of your accreditation application, the Office of Air
management has determined that you have fulfilled the requirements of 326 IAC 18
and are eligible for accreditation in the following asbestos discipline(s):
Inspector.
Enclosed is a yellow laminated card which is your certificate of asbestos
accreditation. This yellow card must be available for review at all times while
you are implementing an asbestos project.
- This certificate of accreditation may be revoked, pursuant to 326 IAC 16-1-7
and 326 IAC 18-3-7, if you:
(1) Violate any requirements of these rules (326 1AC 10), 326 IAC 14-10, or
any requirement of the Asbestos -Containing Materials in Schools Rule or any
other federal, state, or local regulation pertaining to asbestos in buildings
or to asbestos projects.
(2) Falsified information on your application for accreditation.
(3) rail to meet any qualifications specified in 326 IAC 18-1-4 and 326 IAC 18-3-4.
(4) Conduct an asbestos project, or related asbestos handling activity, in a mane:
which is hazardous to the public health.
Your certificate of accreditation is valid effective December 16, 1991, and
will expire on December 16, 1992, as indicated on your yellow card. We suggest that
you attend the required refresher training and submit an application for
reaccreditation early to insure your accreditation does not lapse.
!*DPM DEPARTMENiOF - ENMOMMUL
AlSSESTOS CERTFIGTE OFAOCFEWATEN
CER I FIGATE 6 E)FMT10N DATE
191120112 12114192
L. Clark DeLavan
IS C'UITFM N TM F=OiMVM DISCIAISEA
r PMOR ® PueiM p MgMM 0
su�EF(�soRQ Yo m ❑
WASTE D030S&
O RTHDATE: 6122152 8p(: M EYES: Io
HEK* T• 6.00 MIE- . 145 Ham• Ran
Sincerely,
"L t
Paul Dubenetzky
Acting Assistant Commissioner
office of Air Management
)ortunity Employer
AD1--80
Center for 410fronmental Reocaub anb Mraining
38tpartmcnt of QLibil engineering
lZbc Unibcrsitp of Sexeg at Or[ington
Certificate of Mcbiebement
waxbeb to
c Tim Brenon
In rccogrtitfon of the Oucceogful completion of
As'bes~os Qnspedor Trellnllng
COMICate Number
124.54•82631
June 26 1991
Expiration Dats: Juno 25 1992
See Reverse for Instructions Forth Approved. ow Ma 204"m
AppavN expkfa: 83145
United States Environmental Protection Agency
NPDES
Washington, DC 20460
FORM
AM
PAENotice of Intent (NOI) for Storm Water Discharges Associated with Industrial
`JftV
Activity Under the NPDES General Permit
Submission of this Notice of Intent constitutes notice that the party identified in Section I of this form intends to be authorized by a NPDES permit issued for storm
water discharges associated with industrial activity in the State identified in Suction It of this forth. Becoming a perm'ttee obligates such discharger to comply with
ALL BE PROVIDED ON 1 FS ORM.
the terms and conditions of the permit. NECESSARY INFORMATION MUST
1. Facility Operator Information
Name I I Prone:
Status of
Address: , , , , , , , , , , , , , , , , , , , , J J Owner/Operator: ❑
Gty; l , , , , , , , , , , , , , , , f , , , I I State: ZIP Code:
II. Fadl4/Sife Location Information
Is the Facility Located on ❑
Name: I , , , , , , , , , , , , I Indian Lands? (Y or N)
Address: I j , 1 , 1 1 , , 1 1 1 1 1
City: I , , , I state: ZIP code:
Latitude: I I I I Longittxie: I i r I I I i Ouarter: I i I Section: W Township: Range: I r 1 1
III. Site Activity Information
MS4 Operator Name I I
Receiving Water Body:
If You are Filing as a Co-pernittee. Are There Existing Is the Facility Required toSubmit
Enter Storm Water General Permit Number: I I
, Quantitative Data? (Y or N) Monitoring Data? (1, 2, or 3)
SIC or Designated � � 1
" I �
Activity Code: Primary: ��� 2nd: t1f 3rd: L__I__t_�1 4th: i „ I
If This Facility is a Member of a Group f
Enter LL1
Application, Group Application Number•. .LJ
If You Meve Other Existing NPDES
( (
Permits, Enter Permit Numbers: I , , ( I I
IV. Additional Information Required for Construction Activities Only
Project Completion
Start Date: Date: Is the Storm Water Pollution Prevention Plan
Estimated AreaeCompliance In Local)
❑
I I I I I I I Sedimentand Erosion Plans? (Y or
pA
s)
V. Certification: I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance With a
system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my Inquiry of the person or persons who
manage the system, or those persons directly responsible for gathering the infortnatlon, the information submitted is, tc the best of my knowledge and belief, true,
1
accurate, and complete. am aware that there are significant penalties for submitting false Information, including ft possibility of fine and imprisonment for
knowing violations.
Print Name: Date:
I I I I , , , 1 , , 11 ! , , , , , , 1 , ! , , , , , I , , I I 1 I . I I
Signature:
EPA Form 3510-6 (8-92)
AD1-82
t� Printed on Recycled Paper
F
F
r
t
r
r
c
instructions - EPA Form 2S1tM
Notice of Intent (NOf) For Storm Water Discharges Associated With Industriat Act"
To he Covered Under The NPDES Goraral Permit
Who Must File A Notice Of Intent (NN Form
Those facilities that must submit monitoring data (e.g.. choice 2) are: Section 313
EPCRA facilities: primary metal industries; land disposal unitsnnanerators/BlFs: wood
Federal law at 40 CFR Pan 122 prohibits point source discharges of storm water
treatment facilities; facilities with coal pile runoff; and, battery redaimers.
associated with industrial activity to a water body(ies) of the U.S. without a National
Pollutant Discharge Elimination System (NPDES) permit. The operator of an industrial
List, in descending order of significance, up to four 4-digit standard industrial
activity that has such a storm water discharge must submit a NOI to obtain coverage
classification (SIC) codes that best describe the principal products or services provided
under the NPDES Storm Water General Permit. if you have questions about whether
at the facility or site identified in Section 11 of this application.
you need a permit under the NPDES Storm Water program, or it you need information
as to whether a particular program is administered by EPA or a state agency, contact
For industrial activities defined in 40 CFR 122.26(b)(14)(i)•(xi) that do not have SIC
the Storm Water Hotline at (703) 821-4823.
codes that accurately describe the principal products produced or services provided, the
following 2-character codes are to be used:
Where To File NO( Forth
NOls must be sent to the following address:
Storm Water Notice of Intent
PO Box 1215
Newington, VA 22122
Completing The Form
You must type or print, using upper-case letters, in the appropriate areas onty. Please
place each character between the marks. Abbreviate If necessary to stay within the
number of characters allowed for each item. Use one space for breaks between words,
but not for punctuation marks unless they are needed to clarify your response. N you
have any questions on this fomh, call the Storm Water Hotline at (703) 821-4823.
Section 1 Facility operator Ndormatlon
Give the legal name of the person, firm, public organization, or any other entity that
operates the facility or site described in this application. The name of the operator may
or may not be the Same as the name of the facility. The responsible party is the legal
entity that controls the facility's operation, rather than the plant or alto manager. Do not
use a colloquial name. Enter the complete address and telephone number of the
operator.
Enter the appropriate letter to Indicate the legal status of the operator of the facility
F - Federal M . Pudic (other than federal or state)
S - State P . Private
Section N Faef)Ity/Stte Location ktformathon
Enter the facility's or site's official or legal name and complete Street address, including
dry. state, and ZIP code. Of the facility or site larks a street address, indicate the state,
the latitude and longitude of the facility to the nearest 15 seconds, or the quarter,
section, township, and range (to the nearest quarter section) of the approximate center
of the site.
Indicate whether the facility is located on Indian lands.
Section gl SM Activity Information
N the storm water discharges to a municipal Separate storm sewer System (MS4), enter
the name of the operator of the MS4 (e.g., municipality name. county name) and the
receiving water of the discharge from the MS4. (A MS4 is defined as a conveyance
or system of conveyances (indudding roads with drainage systems, municipal streets,
catch basins, curbs, gutters, dRces, man-made dtharrnels, or storm drairts) that Is
owned or operated by a state, city, town, borough, county, pariah, district, association,
or other pudic body which is designed or used for cofiectlng or conveying storm water.)
If the facility discharges slam water directly to receiving water(s), enter the name of the
receiving water.
N you are Ming as a co-pernittee and a storm water general permit number has been
Issued, enter that number In the space provided.
Indicate whether or not the owner or operator of tte facility has existing quantitative
data that represent the characteristics and cmncentration.of pollutartb in storm water
discharges.
Indicate whether the facility Is required to twbmtt monitoring data by entering one of the
following:
1 - Not required to submit monitoring data;
2 - Required to submit monitoring data;
3 - Not required to submit monitoring data; submitting certification for monitoring
exclusion
HZ - Hazardous waste treatment, storage, or disposal facilities. including those that
are operating under Interim atatus or a permit under subtitle C of RCRA (40
CFR 122.26 (b)(14)(iv)j;
LF - Landfills, land application sites, and open dumps that receive or have received
any industrial wastes, including those that are Subject to regulation under
subtitle D of RCRA (40 CFR 122.26 (b)(14)(v)):
SE - Steam electric power generating facilities, it hiding coal handling sites 140 CFR
122.26 (b)(14)(MI));
TW - Treatment works treating domestic sewage or any other sewage sludge or
wastewater treatment device or system, used In the Storage, treatment
recycling, and reclamation of municipal or domestic sewage (40 CFR 122.26
(b)(14)(ix)); or,
CO - Construction activities 140 CFR 122.26 (b)(14)(x)).
If the facility listed in Section Ii has participated In Pan 1 of an approved storm water
group application and a group number has been assigned, enter the group application
number in the space provided.
If there are other NPDES permits presently Issued for the facility or site listed in Section
II, list the permit numbers. if an appticatitm for the facility has been submitted but no
permit number has been assigned, enter the application number.
Section IV Additional information Required for Construction Activities Only
Construction activftles must complete Be" Mon IV in addition to Sections I through Ill.
Only construction activities need to complete Section IV.
Enter the project Start date and Ue estimated completion date for the erttire
development plan.
Provide an estimate of the total number of acres of the site on which Boil will be
disturbed (round to the nearest acre).
Indicate whether the storm water pollution prevention plan for the site is in compliance
with approved state and/or local sediment and erosion plaits, permits. or storm water
management plans.
Section V Certification
Federal statutes provide for severe penalties for submitting false information on this
application form. Federal regu{ations require this application to be signed as follows:
For a corporation: by a responsible corporate officer, which means: (I) president,
secretary, treasurer, or vice president of the Corporation in charge at a principal
business function, or any other person who performs Similar policy or decision making
functions, or (1) the manager of one or more manufacturing , production, or operating
facilities employing more than 250 persons or having gross annual sales or expenditures
exceeding $25 million (in second-quarter I913D dollars), N authority to sign documents
has been assigned or delegated to the manager in accordance with corporate
procedures;
For a pertnersho or safe propr efo rsh(p: by a general partner or the proprietor; or
For a murmctq wW, stare, Federal, or other public iladko : by titer a principal executive
officer or ranking elected official.
Paperwork Reduction Act Notice
Public reporting burden for this application Is estimated to average 0.5 hours per
application, including time for reviewing instnctions, searching existing data sources,
gathering and maintaining the data needed, and completing and reviewing the collection
of information. Send comments regarding the burden estimate, any other aspect of the
collection of information, or suggestions for improving this form, including any
suggestions which may Increase or reduce this burden to: Chief, Information Policy
Branch, PM-223, U.S. Environmental Protection Agency, 401 M Street. SW,
Washington, DC 20460, or Director, Office of Information and Regulatory Affairs, Office
of Management and Budget, Washington, DC 20503,
AD1-83
T.
FSection 09705 - FLUID -APPLIED FLOORING
1. SCOPE. This section covers fluid -applied flooring and cove bases to
be installed at the locations indicated on the drawings.
Z. MATERIALS. All materials shall be factory blended and factory
�! packaged, and delivered to the jobsite in the original, unopened con-
tainers and packages bearing the name and address of the manufacturer
and the date of manufacture. The addition of water or other loose or
foreign matter at the jobsite will not be permitted.
Flooring Crossfield Products Corp.
General Polymers (Ceramic
Carpet). Stonhard (Stonshield
SLT).
Primer As recommended by the flooring
manufacturer.
Topping Matrix and Epoxy resin matrix with colored
Finish Coat aggregate. Synthetic matrix:
One or two -component clear epoxy
resin.
Aggregates Aggregate: Uniform blend of
quartz. Aggregates shall be
factory mixed and packaged in
properly identified bags.
Seal Coat Two -component chemical -resistant
clear epoxy or polyurethane
satin finish.
l Edge and Divider Strips Extruded aluminum, size and
shape as recommended by the
manufacturer.
P
Minimum Covering Thickness 1/8 inch.
3. COLOR. Color will be selected from the manufacturer's standard
color patterns after the award of contract. If requested by the
Engineer, samples shall be submitted for color selection.
Only one color pattern will be required for the project.
4. SAMPLE PANEL. Before the installation of any fluid -applied
flooring, a sample panel 4'-0" square shall be prepared at the building
site showing proposed color, finish, and workmanship for flooring. The
panel shall consist of fluid -applied flooring placed over a cement board
1/4 inch thick mounted on a rigid framework backing. The application of
(LUBBOCK, TEXAS) 09705
(CONTRACT NO. 4) -1-
(ADDENDUM NO. 1) ADl-84
f�f
17
the fluid -applied flooring shall be in accordance with the recommenda-
tions of the manufacturer of the fluid -applied flooring materials and
the requirements specified herein. No flooring work shall progress
until the Engineer has accepted the sample panel. The panel shall then
become the standard of comparison for color, pattern, and finish of the
fluid -applied flooring work. The panel shall not be destroyed until the
fluid -applied flooring work is completed.
5. APPLICATION. Fluid -applied flooring shall be applied by experi-
enced, fully trained applicators licensed by the manufacturer of the
flooring materials. Methods of application shall be in accordance with
the recommendations of the manufacturer of the materials and the
,o following requirements.
Fluid -applied flooring shall be applied and completed prior to painting
and the installation of plumbing fixtures, laboratory furniture and
other items that may obstruct the application.
5.01. Preparation of Surfaces. Concrete slabs shall have a trowel
r finish as stipulated in the cast -in -place concrete section. Concrete
shall be clean and dry and at a surface temperature of at least 55 F
when application is started. Moisture content of concrete shall be
checked by taping a 2 foot square sheet of polyethylene to the floor,
covering the film with plywood, and checking for moisture on the
underside of the film after 24 hours. Application can be started where
the preceding test results in no moisture on the underside of the film.
5.02. Priming. Materials, method and rate of application, and the
interval between priming and the application of the finish flooring
shall be in accordance with the manufacturer's recommendations. Primer
shall be uniformly spread and shall not be allowed to collect in surface
depressions.
The completed waterproofing membrane shall be primed prior to applica-
tion of the finish flooring only if required by the manufacturer of the
flooring materials.
5.03. Edge and Divider Strips. Edge strips shall be set at all discon-
tinuous edges of flooring and at all junctures with other flooring
materials. Edge strips at doorways shall be centered under the door.
Divider strips may be installed at the toe of cove bases and elsewhere
if recommended by the manufacturer.
r 5.04. Cove Bases. At abutting vertical surfaces such as walls and
curbs, a one inch radius cove shall be built up of a mixture of epoxy
and flint shot silica sand and overlaid with the finish flooring
f•• material. The cove base shall be 4 inches high unless otherwise indi-
cated on the drawings, and shall be uniform, straight, and true. Top
edges of cove bases shall be finished with a slight radius to the wall.
5.05. Finish Flooring. Epoxy binder and aggregates shall be mixed to
match the accepted standard sample. Adjacent surfaces shall be masked
?" (LUBBOCK, TEXAS) 09705
(CONTRACT NO. 4) -2-
(ADDENDUM NO. 1) ADl-85
r-
f
V
or protected as required. Flooring materials shall be machine mixed
and trowel applied in accordance with the manufacturer's instructions.
Broadcasting of aggregates over the floor surface will not be
acceptable. The surface shall be tightly compacted and free from holes,
depressions, and trowel marks.
The finish coat shall be applied in accordance with the manufacturer's
recommendations, and shall provide a uniform satin finish over the
entire floor area. Flooring is to be installed in continuous single
operation with no cold joints unless approved by Engineer in writing.
If applicator requires cold joints he must submit request in writing to
Engineer identifying where the joint is to be located and how the joint
is to be treated to accomplish a "seamless"•appearance and a "seamless"
performance in the floor.
6. PROTECTION AND FINAL CLEANING. Fluid -applied floor covering shall
be protected from damage until acceptance by the Owner. Areas that are
subject to traffic or over which materials or equipment are to be moved
shall be temporarily covered with durable nonstaining paper, such as St.
Regis "Seekure", or otherwise adequately protected.
Just before final acceptance, fluid -applied floor covering shall be
mopped clean with water and mild detergent, rinsed, and dried.
7. WARRANTY. Provide written 3-year warranty. Warrant flooring
against delamination from substrate; popping of aggregate; degradation
of finish; and cracking and spalling.
8. SAMPLES AND DATA. After the color pattern has been selected, the
following samples and data shall be submitted in accordance with the
submittals section:
Two 6 inch by 6 inch samples of floor covering selected, showing
proposed finish.
The manufacturer's complete printed specifications for the
application of the material.
The manufacturer's printed maintenance instructions for the applied
flooring.
Data verifying that the applicator has been trained and licensed by
the manufacturer of the fluid -applied flooring.
Listing of installations completed by the applicator in the last
5 years.
(LUBBOCK, TEXAS) 09705
i (CONTRACT NO. 4) -3-
(ADDENDUM NO. 1) AD1-86
F
F
GENERAL GRADING LAYOUT
FIGURE 1-AD 1
AD 1-87
MATCHLINE G-10
LUBBOCK, TEXAS
r-
6-•4 EXTRA BARS ITYPI EL. 31S7.67
EXTEND EXTRA BARS AND
E STRANDS
■■
�lll�la//!////■iI/
NW■■��
Il11;pull'�tt����
S-•4�
C ITYP) 9-04
-5 TF2 3 -.4
ITYP.I
ee 7*-9 _1/4' -„'�
(7'-9-3/4' W/ JOINT)
BIO-TOWER FILTERS
INSIDE ELEVATION
N. T. S.
-MBEONENT IN _
tT;L�
OF RING BEA
WE DET. B, THS SK
4-#4 aQ 5'-0' EXTRA
BARS CUP EACH MIDPANEL
ATTACH INSECT SCREEN-%"—
�
M NSME OF OPENNQ j
FOR ATTACHMENT OF WSECT
SCREEN SEE SECTION 9,
DWRG TF2-4, 561159•
MECHANICAL CONNECTIO
THREADED INSERTS (TYP.)
TE t
ALUMINUM DEFLECTOR PLATE
NOT SHOWN.
LUBBOCK, TEXAS
FIGURE 2 -AD 1
AD 1-88
3'-1`
t0' � 1'-5• 1b"
■S STIRRUPS 0 9' CENTERS—.
2'-7'
LAP
\ .
t0 I I ,
EXTEND PANEL REINF.
1'-1" INTO RING BEAM
INSIDE FACE OF PANEL \
CAULK ALONG TOP EDGE
OF DEFLECTOR PLATE
3/4' S.S. ANCHOR BOLT
EMBEDDED 6' MIN.
4' CTRS.
LTERNATING 4'-9-3/4'
1 S'-0' LONG. 1/4' ALUM.
DEFLECTOR PLATE M/
2'X7/8' 6NTRL-"-�
SLOTS FOR OJACENT PLATES
NILL 0 12'
" EACH END
FRBRICATE ALTERNATING
PLATES TO MATCH
ANGLE AT PANEL JOINTS
AU TOP EDG X_/
' 6-4
a� STA
CAST ANCHORS IN SLAB TO
RESTRAIN TEES UNTIL SER
FILL CONC. 1S PLACED
0 4 -
N
EL. 3128.00 " F
GIs..
#14 9 12'
I • NOT USED 12- 1 .
'`2• NOTE E
3. INTERIOR PANEL COATING NOT SHOWN.
4. SEE SH. TF-2 THROUGH TF-4 FOR
SLAB REINF..
i•-
BIO-TOWER FILTERS
FIGURE 3-AD 1
1
' AT MIDPOINT OF PANEL
■5012" TIS
(STAGGER AITERNATING SPLICES)
6-■9 EF STAGGER
ALTERNATING SPLICES) _f
O
t m
LCY
in
N
MEDIA AND SUPPORTS NOT SHOWN. w
SEE DETAIL ON SHEET TF2-2 THROUGH TF2-4.
PERIMETER
BEAM
EL. 3130.50
43 TIES Q tY
■S HOCK DOW-L INTO MECHANICAL Ct
p��D INSERT IN MALL
'o, M/ D0IELBENT @ 9' FROM INSIDE
FACE OF PANEL
AT
EL. 3128.00 TO EL. 3127
SECTION 1
N. T. S. NZ2-s
LUBBOCK, TEXAS
SOUTHEAST WATER RECL. PLANT
PLANTS 2 & 3 IMPROVEMENTS
13Y JES Q B lacic & V�el in
Engineers -Architects
DATE 2-93 Dallas, Texas
AD 1-89
7
EXPANSION WEDGE TYPE. ANCHOR,
EQUAL TO HILTI KWIK 60LT II
CEILING LINE
THREADED COUPLER
1" DIAMETER GALV STEEL ROD
GALV CLEVIS, DIMENSIONS AS
RECOMMENDED BY MANUFACTURER
F'OR SPECIFIC PIPE DIA
EXIST 30" DIA STEEL
AIR HEADER
NO I' :
PAINT ROD AND SUPPORTS
TO MATCH PIPE
ADDITIONAL PIPE HANGER
AT AERATION BASIN PIPE GALLERY
2 REQUIRED AT WEST END
PARKHILL, SMITH & COOPER, INC. / BLACK & VEATCH
LUBBOCK. TEXAS
SOUTHEAST WATER RECLAMATION PLANT IMPROVEMENTS
CONTRACT NO. 4
PIPE SUSPENSION DETAILS -AERATION BASIN PIPE GALLERY
02--11-93
FIGURE 4-AD 1 ADDENDUM NO. 1
AD 1-90
I gt�o
-u
00
Ir
eT
D-.
r,
/S�b
'22*
14
14151
F—,
Ica —
LUBBOCK,- TEXAS
LABORATORY FLOOR PLAN
SOUTHEAST
WATER RECL. PLANT
FIGURE 5-AD1
DATE 2 93
0 Dallas, Texas
i. 6(] ^ Y ri,
\ 4" 4 IZ " E. W.
Gold.. pr,�F
- �sup��IOED �t'rP. cam.
�ZI
r.e)
-BypzlI %SGNtGU� II
_ FI1,115 H Ft�2_ 0..• 315b, oO
El
3ECTI0r4
3/ l= i I -oil L-z
LUBBOCK. TEXAS
FIGURE 6-AD 1
AD 1-92
�' ROM AOMINKTRATII
TIE TO USIT PVC
VRAIN, TYP.
In A 5TOlG _... �W.._. ..... _ . ...
�1W E TANK -Ay�V-—♦Y�-.t
VI v y1
_. ..-- - IYY it
AV-
�W FCO
CW Plo l --Z"FO 2' 1411 _..
N 1ht:
I/2� O EEW 1402 4 L6
!/a'
104CI A
AP-1401 iMo
u
HW
`fiZ�1> DW i 1412
1/2
Q 1 EEW-140
z, FD = - __. 9 GA AN 1FOI-OS FOR
' LA60RATORY. OAS, Si[
i "-' IIi2" 3 _._ s _,�SCHEMATICSH.PS-2.
C�w
P$e-�- 4" 4RDWLA—,TL�LYPH.
Y
DRANAT
o--H PLASHDLOCK,TW
YP7 %UT LE
A.li WADS 94r TOP
444
Er-14o4
'PDgkA 2'
�CO
1Mtr. EL.slsz.w.i� 4,
14 33 A
Alf
Vz'
4" AV UP VP
OF PARAPET
* t=
v t ; 2� — �i 4i
-� - Av-. ... _
----. _ _—._ _- ._ __ _._ _ .�._._ _. _.. _ _..- --_- ._ ___ _._
fs z' 2'
6 _
AWAW
Uj0* VnuWG LF i ' 1NY. EL. 51 ` S
too "L. A
FLOUR PLAN WEUTRAMiAT- P
TANK
44 ORMN To MN-oDS
LU BOCK TEXAS
SOUTHEAST WATER RECL. PLANT
PLANTS 2 & 3 IMPROVEMENTS
�►JRV KTM1CMDallas.Texas
BRICK & VleatCf'1
FIGURE 7-AD 1 DATE 2-93 n►caoc.
AD 1-93
INV. EL. 919'5.ra7
WALL
.............
FLOOR PLAN
11'r-11-cr
TEXAS
ul
ITE
"MTlW
2• c.*,s, 11CA
8-ADI
AD 1-94
ROOM 1<l)
RcoM 14-11
' i�M 14-12
Pttd•
1401
WMENooD RM 14IS
/�•fE1CHLT�
ROOM I<IS
P(C6ssUR6 RBUEF
ROoM 1•st3
vaty�
Rood 141s
�a AD- 14o1 F--f FLUMEHOOD RM I~os
VIbRA•fbN p1iD5 Ak-14o1
° X,
W
!6 T
D � piNlSH
COMA. FUIP.
2" do
bs�sE
COMPRESSED AIR SCHEMATIC_
NO SCALE
i TYP
flw*m OUTLET RM 1
RM I
PV4L f4+1
/Z SIN AT(I,E I>v+114t�4
SLEEVE lw ws u_
M4
"SM oop KM 144S
�>Z
"�1�R
�C�-Idol
GoN'f
5EE sal Pb-1
NATURAL
GAS SCHEMATIC
NO SCALE
LUBBOCK TEXAS
SOUTHEAST- WATER RECL. PLANT
PLANTS 2 & 3 IMPROVEMENTS
RYJRV,KTb&
�iahiteces
aFIGURE'S-AD1 IDATE2-93M Ts
AD 1-95
' -
• /
MWHTW ON WAIA, "P.
It ■
LJ
HELIUM
-
Mom.
Tyr .
:irrMyrVV
■
������wr
■
■
■
������:��� rrrrACEMEWE
Mrv�o
M��r����y
vrM
■
����M -
M�ri1L rrv+r
;
M y�Mr...�. ROLIS
�r���
MMrMM�
rrr���
HYPROGEW
rrr�v�
��rrMM
•
LABORATORY GAS SCHEMATIC
NO SCALE
LUBB•
01161111.17.113•
•
_
neers -Architects
i ODallas,
FIGURE •
AD 1-96
FINISH GRADE
P12
Pb Pq
r---AV-----Av--1 Vt Fr ki RaoM 1445 ;e FRaM i Roa4 r- 1
I r- 1415 I t
I
t
I I t 1
I
I
6Ew•W,-2 i—ExP.4leloN 14HK i f u,
Me
,`'o''
74
JW
2 FD Ko_I— 2V fro 1
to
�-TO L"T. DRAIN
n6 r14
r KOOF
1'16RmM141-1 1 1'fs'MOM R mI4as �._-1w-^---Av---'j 3
I I I'Ft10MRmM � . 11 > i
� Mw 1 µla --+• Nw '—' 11 � � i
I I j 1 1
I
Ill 3 y
Z I
I
t
1 .
a t
FINISH FLCCP
2'
TO
RISER DIAGRAM
"0Sciml
I
I � I
� I I
I 1
iw 41PrulaS I-'T-'AY----T 1----2 ---r-
t • Zr � tlw Ilw
Ioo Y.I�oltl�'77 k.
IYNT. ORA%N
2.
-7
�' s � co o GII:tD6
11-AD 1
AD 1-97
6
ww
CW
pw
I I
I
GEII.INb I j � j .3i
I� 1
I 1412 ww
i
I I
---I�i
146
I 2+1 r—AY— J
- I
1 ea
i Rw
_cw
34" wAl l
FIHI3N FLaoIZ—, I �.O I /tIToW141�y i
I—
HY7�Ma7
FINISH GIV.pE.
sue-
LWJ
Z`'.r-
RISER DIAGRAM
NO SCALE
IGURE 12-AD 1
AD 1-98
1"2
rn gym!
1 gym'
c-)
�
r
u)
m
m
-16
T
v
1
z
""'IYYifiiliinc
PAWRIgrCCylnnn nMMnnn= +1 - _ _ inatm
,YYtt�u■t laEVulhsunm
-
�.,..t..�
f i �• i I c ._....._... .IlnlYlyM1P1M1t1 M.E..-.4....... ........_t: p 1 --
{ i { EMtow0116 YII,nMlnloMnnntn IIInnY _ _ = _ = _ = = n
;1, 11i F "HH-017
....noamoinP'n�ln
..4 I 1 111/IIIU IIIIIIIIIIIIIIIIIIIII - ..tt�� - - -
1,
! 1It11111t11/1111111 ItII IIItIt = E __
�Ie1j11itjit t 1&Ifh unnumRnulrtfililiiiiiPillTiTiT01. ' - ° '=' _
it t 1111 /i11 1 IR Jlrllltltltlrtlrrr IICIIIIi1111111C1111C1111111I = _ �s• _
tinuMll_ = hlMuotamllutnnmumu = _ = G�-001 =
- - - - eE -LST.)
} €ADMINISTRATIVE
._ BUILDING-_-
__-
�;
I T48 I I f= _ - _ ' 31 u u nu uulnuuonn uuuununnr
.i auinMuwMlaulnal m
'l�nitll�ll w uulant nuuuM t w` 2TL8 i = _
r=a f �Itam' = EERAETAING_
(EXIST.)
-
!�-
.- i •-.�.�_��.. numynhUmtrn°1nu,alr nuMMrEf'/uauunc = _ _ _ _
LABORATORY
,,... Y - - - - - —
..........
EE
,�nuuuuutuuuuuliugPlF c _ _ -
c MMMMMM MMtmenmdC111111N1 1111011111111 1111 Illlllbununtioaan -unM nm1uu11� ° a=
IIIII�IIf10 11111111! ffl III lllltUu9WlWl11(ilUltWU�lllllllll 'El,
IUUIQUUTAUUIUIIIUIUI{11WWllt111111(Iiliir-
1. ; , E N111111111 1INIIIIIOIIIIIif _ f _ _ _ _ -_ _ _ - IIIIIIIICIIIIII IIIIII IIIIIIIII ivr-
Eff 1
do trtnun.µtMnuuil6y� . unununun`uew /IIt11 -1111itImm 11t otiH... l n.. n.ummmnitnnanumnnml. .rent
r tHH—V�
(EX..I:ST:) ....
EXIST. 2TL 1
SOLIDS_-
HANDL ING_ _ E E
4 BUILDINGS
E-4(EXIST.)-
EXIST. 1TL1
EHH-001
(EXIST.) = '
30 �Iltlldllt'illlLlmunpinlunnilnwni
r
E-4
EHH-002
a X
(EXIST.) j
EMH-002
MAIN PLANT (EXIST.)
POWER ISKV
SWITCH GEAR
(EXIST)
ib/4e-Tr RNO.9 EX/IS7: 0/66ST�R NO.Q
1puuuuuuyurnanc
IPIII/IIIIIIItt
_
U041444/111M111111tl11u11111011F
lmrbntnmauannunmmlmuannnnlnanlp3' i
. i
i}�uUnnl pnnfmy.annnl lryYiunllnlliwyln
innmm5 j+tnln IllllnlPttt 11 ItL ,UIq
1111114111-1
- - . _-}Iu�IInp111+tut,nnalilOFnlgw
......unl/uuum nunm
PRIMARY
CLARIFIER
NO. 2
FIGURE 14-AD 1
AD1-100
a
EXISTING
/ SECONDARY CLARIFIER
NO.1 ti
1 E X \S T
SLL E
RRA OFF
Iy
5
LP /
L0615oCV- T9 6.5. WQ.T5F- R aT oP PLAIT
PL�.�s- 2 � �-rrlPI�M�Nrs
BY 5, J BK & Vleatct't
FIGURE 15-AD 1 2-95 E^0i^aonCxaGo tacta
MTE Dallaa, Ta:as
Ant-ini
i
FIGURE 16-AD i
h
MH
- WL35cT4 � T)� 1 15t_ 1 LI&TIaL 9WA4A:rlow fl.Adr
PW45 2� 3 I m oYWa lTS
eY s J W- Rg ln■■ris & Veatc"
s-Architects
3��
:4
DATE 2=9
Diu II*s. Texas
AD1-102
YISOv
=" R e�� MX
TDI
INST R TO
LICKING �� RYNR �1 s
PANEL TEST 120Y
CIRCUIT CPT
T02
N S
T02
N
° TEST
-- ---_-- S N T01
7 11opim
TEST 1 R
SS10 e co CL? MC)
ON Rs6 0-20 SEC I-----� dI
1112 TDl SET ! 2SEC
,� MX
SSI
c,
AUT 0 ROMENTRRY "� RX `
AUTO START R
TDI INST SSOR
If
SOLID STATE OYERLOAO RELAY ISSDRI
SSIO
OFF CLS9 @ CRI
CRI SS,
SST0 WWENTPARY °--HF--MRTU HS AUTO
—0RTU ev-sODI
m
°--� F--♦ RTU a F--� By-a001
CRI
"'a 4001
LI EFFLUENT PUMP EP-4001
M21
ITYP. FOR EP-40C2 TNRU EP-400SI
ILI
P1.AgT5 2 S i rwlo WT5
sY M RC —3B�aGK & veau2il
FIGURE 17-AD 1 CMTE 2-93 Dallas, Texas hitects
AD1-103
120V )
CPT
AR
ON CRtL
0.$-60 L21OL
) (3)
1 2 M
REMOTE STItRT m
6 �
M
OFFO
4 +4 -1
a
2 O MAINTAINED
JR-E-KOTE STOP m
8 �{
C 1f
co CLS-13e
H—� p CR
M
6 OFF
K
R RUN
K O
MOTOR SPACE HEATER
O
M
Sy SOLENOID
CRI OILER
M M
t—�1--+ RTU BY-2201
tl
AR EV-2201
C8
RTU
=O
REMOTE
H H RTU
8 10
RECIRCULATION PUMP IP-2201
(TYPICAL FOR IP-2202 THRU IP-2205)
wgB-Z4,'x, 6.5, f-AOr
Pl.W1, 2 � 5 IMP werlarr5
eY M RC Q
E3�acK & v eatcrl
FIGURE 16-AD 1 C1ATE Dngin a s-Ar hltects
2-93
- AD1-104
A"1 :� 1 " —1 � �-,1 r-1 .___`sl �1 "�] • __-) '-1 �) c—] .�"1 `� r.�. � �'�7 �.7-..._'1
0
OIGE t�Tr:h rrO.b
GOMN "-0 carrU ce..o
• site. t.CMreN
V 7TtlL
GAb .„o nU: tLL'MwOt 09lt- It
•' I u•+.i ne. D.
N
o - Ij - II �:, boil E►1 AHO t1EAT
e'. b• ", torte. w mee.
Attwuoe et-10• .a afte. t
5�tNW R
*et as r en To
nt••tA —6
fe
O •b'Og4 Tees. •OT tilt. tltq�'+ a` �!"�
. ., .--- _ -t o o.� Yte. neo..ctn a •o
- bltaAO! OAO� �- n trcti.s+�
� roe•
afea dt.o s' Wet,-77
ptrt,e
Ot
I • �� --
ttl DtnO ( b•,e• ertG r101 wlT�►,
xo
� •y 5 4U►PLY
atO�MRNTnt.�il ttM A {{
M 066.. - ( I ofewemee, t`co^e� .w"!n .+! • 3 _ _ noT wTlt�
w-
b',o• efee� co-C. as Do..fA 1. M1Erurw
x„0.J Awo +GT ttlM•.Gt p v
�• rgTRR _ GWtA To
cc— ,b,, I
of SPRC. - f,Ant
tte a,
r.l-co••en' •.
t UP•N•
•' • •' — DIGESTER LEVERA MIT
ER
fnt. uR ••c..
e',e• -•t AT C. L. EL. 316 OD
s'� n U A •,c '
atttc "Not- _
b etiti senoa 1• ' NO. •1 -- �••,e-txro•
i 1• ,
�'.'NOft G00 .+ •+01 NATGA f
f/w: eo..l� � a. � e x •juI/LT � it 1 - I - �Y!
UPChW,TnNT DOx • w eK�oe. - — --
�. i e. � •',•' eK.of
ST LEVEL &,e fat --rs•t
Q 14 E °) T E f< P40. 9 - - --- --- -
TRANSMIT L TIOIb•°'"` o Vie,- BOCK, TEXAS
NOTE 1.
FOR FURTHER DETAILS ON DIGESTER LEVEL
TRANSMITTER SEE DWRG. 1-11, 150/159 t
ALL OTHER ITEMS SHOWN THIS SHEET ARE EXISTING,
FIGURE 19-AD
FLOOR PLAN
III-
3/32" = 1'-0"
,rim „S�YJ,S�TJE;i�S �4p; Lov-b!►�w
FI�ISN Nu�lJi"' i^V °(�
LVELA.s JE=eD W/
f=poKY CqODJTr
VISTlLkn 40J6. WALL
SECTION A
3/4" = V-0"
Y-b�<p SKr,
dK4it
vl
-r�tjpl ,v
I�e
SECTION B
1-1 / 2"= r-0"
LUB-BflCK. TEXAS
w
FIGURE 20-AD 1
AD1-106
a
DIGE;
NOTE:
CONTRACTOR SHALL VERIFY EXISTING CONCRETE
OPENINGS PRIOR TO ORDERING MATERIALS.
WINDOW INFORMATION .60
ELEV. - C (EXCEPT SIZE)
FRAME TYPE - ALUM.
EXISTING HEATER HOUSE
EAST ELEVATION
N. T. S.
(SEE SH. M-6 FOR DETAILS) DOOR INFORMATION
DOOR TYPE - S. S.
FRAME TYPE - S. S.
R 6
LUBBOCK, TEXAS
FIGURE 21-AD 1
I
CITY OF LUBBOCK
SPECIFICATIONS
for
TITLE: CONTRACT 4 - PLANTS 2 i 3 IMPROVEMENTS,
LABORATORY IMPROVEMENTS AND
DEMOLITION OF PLANT 1
BID NUMBER: 12425
PROJECT NUMBER: 2133-553IC3-9776
CONTRACT PREPARED BY., Purchasing Department
-1-
THIS PAGE LEFT BLANK INTENTIONALLY
r
1.
2.
3.
4.
5.
6.
7.
a.
9.
10.
11.
12.
INDEX
PAGE
NOTICETO BIDDERS..........................................................................................3
GENERALINSTRUCTIONS TO BIDDERS............................................................................5
BIDPROPOSAL - BID FOR LUMP SUM CONTRACTS.................................................................13
PAYMENTBOND..............................................................................................17
PERFORMANCEBOND..........................................................................................20
CERTIFICATEOF INSURANCE..................................................................................23
CONTRACT..................................................................................................25
GENERALCONDITIONS OF THE AGREEMENT.......................................................................27
CURRENTWAGE DETERMINATIONS...............................................................................45
SPECIALCONDITIONS........................................................................................46
NOTICEOF ACCEPTANCE......................................................................................47
SPECIFICATIONS............................................................................................48
.2-
No Text
r
r
r
NOTICE TO BIDDERS
-3-
THIS PAGE LEFT BLANK A NTENTIONALLY
NOTICE TO BIDDERS
BID #R 12425
Sealed proposals addressed to Ron Shuffield, Buyer, City of Lubbock, Texas, will be received at the
office of the Purchasing Manager, 1625 13th St., Roan L-04, Lubbock, Texas, 79401, until 2:00 o'clock a.m.
on the 9th day of March. 1993, 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:
SOUTHEAST WATER RECLAMATION PLANT IMPROVEMENTS - CONTRACT 4
PLANTS 2 & 3 IMPROVEMENTS, LABORATORY IMPROVEMENTS
AND DEMOLITION OF PLANT 1
The improvements at Plant 2 include a new primary distribution structure, rehabilitation of the
prinry and secondary clarifiers, new pumping station complex (primary and secondary sludge pumping stations
and a bio-tower filter influent/recirculation pumping station), two new bio-tower filters, and a new
secondary distribution structure. The improvements at Plant 3 include rehabilitation of the primary
distribution structure, rehabilitation of the primary and secondary clarifiers, rehabilitation of the
aeration basins, a new secondary distribution structure, and rehabilitation of the secondary sludge pumping
station. The improvements shall include the demolition of Plant 1. The improvements at the plants include
a new effluent pumping station, rehabilitation of the laboratory, and appurtenant electrical,
instrumentation, and site work.
After the expiration of the time and date above first written, said sealed proposals will be opened
by the buyer and publicly read aloud.
It is the sole responsibility of the bidder to insure that his bid is actually in the office of Ron
Shuffield, Buyer 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 25th day of March, 1993, at Municipal Bldg.,
Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or
all bids and waive any formalities. The successful bidder will be required to furnish a performance bond
and payment bond in accordance with Article 5160, Vernon's Am. Civil St., in the amount of 100% of the
total contract price in the event that said contract price exceeds $25,000.00. Said statutory bonds should
be issued by a company carrying a current Usl Rating of @ or superior, as the rating of the bond company is
a factor that will be considered in determination of the lowest responsible bidder. If the contract price
does not exceed $25,000.00 the said statutory bonds will not be required.
Bidders are required, whether or not a payment or performance bond is required, to submit a
cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a
reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less
Ap" than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and
execute all necessary bonds (if required) within 10 days after notice of award of the contract to him.
It shall be each bidders sole responsibility to inspect the site of the work and to inform himself
regarding all local conditions under which the work is to be done. It shall be understood and agreed that
ell such factors have been thoroughly investigated and considered in the preparation of the bid submitted.
Copies of Contract Documents, including plans and specifications, for use in preparing the Bid may
be obtained from Parkhill, Smith and Cooper, 4010 Avenue R, Lubbock, Texas, 79412, (806) 747-0161 upon +
receipt of a 550.00 deposit for each complete set of documents. Refunds will be made provided the documents
are returned in good condition within fourteen (14) calendar days after the date for the receipt of bids.
This project will comply with the provisions of the Davis -Bacon Act which requires the payment of
federal minimum wages.
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.
There will be a pre -bid conference on 23rd day of February. 1993, at 9:00 o'clock a.m., Committee
Conference Room #103, 1625 13th Street, Lubbock, Texas.
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
Purchasing Department at (806) 767-2167 (Monday -Friday, 8:00 - 5:00 p.m.) or 1625 13th Street Room L-04 at
Least 48 hours in advance of the meeting.
All questions of a technical nature mist be addressed no later than 26th day of February, 1993, at
5:00 o'clock p.m. in writing to:
Black i Veatch
5728 LBJ Freeway, Ste. 300
Attn: Robert McCollum
Dallas, Texas 75240
(214)770-1500
FAX (214)770-1549
All other questions shall be addressed to:
Ron Shuffield
Buyer
City of Lubbock
1625 13th Street
Lublock, TX 79401 .—
(806)767-2170
FAX (806)767-2164
CITY OF LUBBOCK
BY: Ron Shuffilall
BUYER
1,
ADVERTISEMENT FOR BIDS
4r
BID R 12425
Sealed proposals addressed to Ron Shuffield, City of Lubbock, Texas, will be received at the office
of the Purchasing Nanager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401 until 2:00
o'clock -P.m. on the 9th day of March. 1993, 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:
SOUTHEAST RATER RECLAMATION PLANT IMPROVEMENTS - CONTRACT 4
PLANTS 2 E 3 IMPROVEMENTS, LABORATORY IMPROVEMENTS,
AND DEMOLITION OF PLANT 1
The improvements at Plant 2 include a new primary distribution structure, rehabilitation of the
primary and secondary clarifiers, new pumping station complex (primary and secondary sludge pumping stations
and a bio-tower filter influent/recirculation pumping station), two new bio-tower filters, and a new
secondary distribution structure. The improvements at Plant 3 include rehabilitation of the primary
distribution structure, rehabilitation of the primary and secondary clarifiers, rehabilitation of the
aeration basins, a new secondary distribution structure, and rehabilitation of the secondary sludge pumping
station. The improvements shall include the demolition of Plant 1. The improvements at the plants include
a new effluent pumping station, rehabilitation of the laboratory, and appurtenant electrical,
i instrumentation, and site work.
l After the expiration of the time and date above first written, said sealed proposals will be opened
by the buyer and publicly read aloud.
Copies of Contract Documents, including plans and specifications, for use in preparing the Bid may
be obtained from Parkhill, Smith and Cooper, 4010 Avenue R, Lubbock, Texas, 79412, (806) 747-0161 upon
receipt of a $50.00 deposit for each complete set of documents. Refunds will be made provided the documents
are returned in good condition within fourteen (14) calendar days after the date for the receipt of bids.
This project will comply with the provisions of the Davis -Bacon Act which requires the payment of
federal minimum wages.
Any contract or contracts awarded under this invitation for bids are expected to be funded in part
by a loan from the Texas water Development Board. Neither the State of Texas nor any of its departments,
agencies, or employees is or will be a party to this invitation for bids or any resulting contract.
Equal Opportunity in Employment: All qualified applicants will receive consideration for employment
without regard to race, color, religion, sex, or national origin. Bidders on this work will be required to
comply with the President's Executive Order No. 112", as amended. The requirements for bidders and
contractors under this order are explained in the specifications.
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.
There will be a prebid conference on 23rd day of February. 1993, at 9:00 olclock a.m., Committee
Conference Room 9103, 1625 13th Street, Lubbock, Texas.
rThe 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
,.. Purchasing Department at (806) 767-2167 (Monday -Friday, 8:00 - 5:00 p.m.) 1625 13th Street Roam L-04 at
Least 48 hours in advance of the meeting.
/cel'
f BY: Ron Shuffl
BUYER
THIS PAGE LEFT BLANK INTENTIONALLY
t:
t..
GENERAL INSTRUCTIONS TO BIDDERS
4.
f
c,
THIS PAGE LEFT BLANK INTENTIONALLY
it
GENERAL INSTRUCTIONS TO BIDDERS
r
1. SCOPE OF FORK
The work to be done under the contract documents shall consist of the following:
Construction of the Plants 2 and 3 Improvements. The improvements at Plant 2 include a new primary
distribution structure, rehabilitation of the primary and secondary clarifiers, new pumping station complex
(primary and secondary sludge pumping stations and a bio-tower filter influent/recirculation pumping
station), two new bio-tower filters, and a new secondary distribution structure. The improvements at Plant
3 include rehabilitation of the primary distribution structure, rehabilitation of the primary and secondary
clarifiers, rehabilitation of the aeration basins, a new secondary distribution structure, and
rehabilitation of the secondary sludge pumping station. The improvements shall include the demolition of
Plant 1. The improvements at the plants include a new effluent pumping station, rehabilitation of the
Laboratory, and appurtenant electrical, instrumentation, and site work.
The contractor shell furnish all labor, superintendence, machinery, equipment and all materials necessary to
complete this project in accordance with contract documents.
l 2. CONTRACT DOCUMENTS
All work covered by this contract shall be done in accordance with contract documents described in the
Gen-eral Conditions.
All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents
for the construction of this project and shall be responsible for the satisfactory completion of all work
E contemplated by said contract documents.
3. PLANS FOR USE BY BIDDERS
fF
t�
It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project
covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a
bid without charge of forfeiture of deposit. The contract documents, may be examined without charge as
' noted in the Notice to Bidders.
4. TIME AND ORDER FOR COMPLETION
The construction covered by the contract documents shall be fully completed within 730 (SEVEN HUNDRED
THIRTY) calendar days from effective date of Notice to 'Proceed issued by the City of Lubbock to the
successful bidder.
The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however,
the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated
t by the contract documents. In the event the City requires a progress schedule to be submitted, and it is
determined by the City that the progress of the work is not in accordance with the progress schedule so sub-
mitted, the City may direct the Contractor to take such action as the City deems necessary to insure comple-
tion of the project within the time specified.
5. PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of
the contract documents.
.5-
6. AFFIDAVITS OF BILLS PAID
The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor
to execute an affidavit that all bills for labor, materials and incidentals incurred in the constructiory 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.
7. MATERIALS AND WORKMANSHIP
The intent of these contract documents is that only materials and workmanship of the best quality and grade
will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail
will not relieve the Contractor of full responsibility for providing materials of high quality and for pro-
tecting them adequately until incorporated into the project. The presence or absence of a representative of
the City on the site will not relieve the Contractor of full responsibility of complying with this provi-
sion. The specifications for materials and methods set forth in the contract documents provide minimum
standards of quality which the owner believes necessary to procure a satisfactory project.
a. GUARANTEES
All equipment and materials incorporated in the project and all construction shall be guaranteed against de-
fective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a
written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and _
pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear
within ONE year from date of final acceptance of the work as a result of defective materials or workmanship,
at no cost to the Owner (City of Lubbock).
9. PLANS FOR THE CONTRACTOR
The contractor will be furnished one set of plans and specifications, and related contract,documents for his
use during construction. Plans and specifications for use during construction will only be furnished di-
rectly to the Contractor. The Contractor shall then distribute copies of plans and specifications to sup-
pliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Con-
tractor.
10. PROTECTION OF THE WORK
The Contractor shall be responsible for the care, preservation, conservation, and protection of all materi-
als, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construc-
tion, and any and 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 re-
serves the right, after the bids have been opened and before the contract has been awarded, to require of a
bidder the following information:
(a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by
the proposed contract and all work in progress with bond amounts and percentage completed.
(b) A sworn statement of the current financial condition of the bidder.
(c) Equipment schedule.
.6.-
F
11. TEXAS STATE SALES TAX
This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions
of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act.
The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the ma-
terials to be incorporated into the work without paying the tax at the time of purchase.
12. PROTECTION OF SUBSURFACE LIMES AND STRUCTURES
i_
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 construc-
tion of the project contemplated by these contract documents. The City of Lubbock agrees that it will fur-
nish Contractor the location of all such underground lines and utilities of which it has knowledge. How-
ever, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such under-
ground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by
this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas,
at Contractor's expense.
13. BARRICADES AND SAFETY MEASURES
The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger sig-
nals, and shall take such other precautionary measures for the protection of persons, property and the work
as may be necessary.
The Contractor will be held responsibte for sit damage to the work due to failure of barricades, signs, and
lights to protect It, and when damage is incurred, the damaged portion shad be Immediately removed and re-
placed by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barri-
cades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of
acceptance of the project.
14. EXPLOSIVES
The use of explosives will not be permitted unless written permission to do to is obtained by the Contractor
f" from the City. In all cases where written permission is obtained for the use of explosives, the Contractor
t1 shall assume full responsibility for all damage which may occur as a direct or indirect result of the blast-
ing. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost
care so as not to endanger life or property and the Contractor shall further use only such methods as are
currently utilized by persons, firms, or corporations engaged in similar type of construction activity.
Explosive materials shall not be stored or kept at the construction site by the Contractor.
In all cases where'explosives are to be used during the construction of the project contemplated by this
contract, it shall be the duty of the Contractor to notify each utility company having structures (above or
below the ground) in proximity to the site of the work of Contractor's intention to, use explosives, and such
notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem
necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of
responsibility for any damage resulting from his blasting operations.
15. CONTRACTOR'S REPRESENTATIVE
The successful bidder shall be required to have a responsible local representative available at all times
while the work is in progress under this contract. The successful bidder shall be required to furnish the
name, address and telephone number where such local representative my be reached during the time that the _
work contemplated by this contract is in progress.
16. INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required
in the General Conditions of the contract documents, from an underwriter authorized to do business in the
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 subroga-
tion.
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.
17. LABOR AND WORKING HOURS
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages
Included in these contract documents. The wage rate which must be paid on this project 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 there-
under. The inclusion of the schedule of general prevailing rate of per diem wages in these contract docu-
ments does not release the Contractor from compliance with any wage law that may be applicable. Construc-
tion work under this contract requiring an inspector will not be performed on weekends or holidays unless
the following conditions exist:
(1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary
service to its citizens.
(2) Delays in construction are due to factors outside the control of the Contractor. The Contractor is
approaching the penalty provisions of,the contract and Contractor can show he has made a diligent
effort to complete the contract within the allotted time. -
Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor
must notify the Owner's Representative not less than three full working days prior to the weekend or holiday
he desires to do work and obtain written permission from the Owner's Representative to do such work. The
final decision on whether to allow construction work requiring an inspector on weekends or holidays will be -r
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 reek or the time of day, to correct or alleviate such condition
so that it is no longer dangerous to property or life.
-8-
F
F
rIs. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
Y The contractor and each of his subcontractors shall pay each of his employees engaged in work an the project
under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without
discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the
site of the work shall not later than the seventh day following the, payment of wages, file with the Owner's
Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name
of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The
affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deduc-
tions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon.
The Contractor must classify employees according to one of the classifications set forth in the schedule of
general prevailing rate of per diem wages, which schedule is included in the contract documents.
The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten
iw dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such
laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set
forth in the schedule of general prevailing rate of per diem wages included in these contract documents.
19. PROVISIONS CONCERNING ESCALATOR CLAUSES
Proposals submitted containing any conditions which provide for changes in the stated bid price due to In-
creases or decreases in the cost of materials, labor or other items required for the project will be re-
jected and returned to the bidder without being considered.
20. PREPARATION FOR PROPOSAL
r,
The bidder shall submit his proposal 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 ru. rats, for which he proposes
to do the work contemplated or furnish the materials required. Such prices shall be written in ink,
dis-tinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the
price written in figures, the price written in words shall govern. If the proposal is submitted by an indi-
vidual, his name mist be signed by him or his duly authorized agent. If a proposal is submitted by a firm,
association, or partnership, the name and address of each mrember mast be given and the proposal signed by a
member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by
a company or corporation, the company or corporate name and business address Bust be given, and the proposal
signed an official or duly authorized agent. Powers of attorney authorizing
by y agents or others to sign
proposals must be properly certified and Bust be in writing and submitted with the proposal. The proposal
shall be executed in ink.
r
i'
The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers and dates of which shall be
filled in the Bid Proposal.
Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and
endorsed on the outside of the envelope in the following manner:
(a) Bidder's name
(b) Proposal for (description of the project).
Bid proposals my be withdrawn and resubmitted at any time prior to the time set for opining of the bids,
but no proposal may be withdrawn or altered thereafter.
r
.9-
Bids must be priced on a lump sum basis as follows:
ITEM 1.0 - (Base Bid) All work, plant, and materials required to complete the project as specified and
as indicated on the drawings, but excluding Items 2.0 through 14.0
ITEM 2.0 - Ordor control hoods, order control duct cocneciton, and anchors as specified Section 06600,
Paragraph 4. The cost for installing the hoods shall be included in Item 1.0. Contractor shall
coordinate dimensional requirements and interconnecting order control piping with hood manufacturer.
ITEM 3.0 - All labor, equipment, and materials associated with preparation, implementation, of
trench protective systems as specified.
ITEM 4.0 - Supervisory control and data acquisition (SCADA) equipment. The cost for installing the
equipment shall be included in Item 1.0.
ITEM 5.0 - (Alternative A). All work, labor, equipment, and materials associated with replacement of
the circular sludge collectors for the primary and secondary clarifiers at Plant No. 3 as specified in
section 11430.
ITEM 6.0 - (Alternative B). All work, labor, equipment, and materials associated with the demolition of
Plant No. 1 as indicated an the drawings.
ITEM 7.0 - (Alternative C). Paving as specified and indicated on the drawings.
ITEM 8.0 - (Alternative D). Paving for east access from effluent pumping station to pumping station
complex as indicated on the drawings.
ITEM 9.0 - (Alternative E). All landscaping gravel as specified and indicated on the drawings.
ITEM 10.0 - (Alternative F). Grouting of the floors on the two primary and two secondary clarifiers at
Plant No. 3.
ITEM 11.0 - (Alternative G). Outdoor bridge cranes, concrete columns, and outdoor concrete supports
associated with the pumping station complex at Plant No. 2 and the effluent pumping station.
ITEM 12.0 —(Alternative H). Reinforced masonry block veneer/reinforced concrete containment walls and
peripheral cast -in -place concrete stairs at the tow bio-tower filters as indicated on the drawings,
excluding Item No. 13.0.
ITEM 13.0 - (Alternative I). Air intake platforms for the two bio-tower filters as indicated on the
drawings.
ITEM 14.0 - (Alternative J). Skylights in the MCC roans at the effluent pumping station and the pumping
station complex as indicated on the drawings.
ITEM 15.0 - (Allowance A). All work, labor, equipment, and materials associated with rebuilding the two
primary and two secondary clarifiers at Plant No. 3 instead of total replacement (Item No. 5 above).
ITEM 16.0 — (Alternative H2). Prestressed double -tee veneer/concrete containment walls and self-
supporting concrete stairs on the south side of each of the two bio-tower filters.
The price bid for each alternative shall be the amount to be deducted from the Total Bid (Summation of Items
1.0 through 14.0) if the Owner selects to deduct the alternative. Item 15.0 (Allowance A) and Item 16.0
(Alternative H2) are the amounts to be added if Alternative A and Alternatives H and I are deleted.
r
21. AWARD OF CONTRACT
Owner shall award a contract to the Bidder who, in Owner's judgment, is.the lowest responsive, responsible
Bidder. Owner reserves the right to reject all Bids, to waive informalities, and to reject nonconforming,
nonresponsive, or conditional Bids.
In evaluating Bids, Owner shall consider the qualifications of the Bidders, whether or not the Bids comply
with the prescribed requirements, and alternatives and unit prices if requested in the Bid Form. Owner may
consider the qualifications and experience of Subcontractors and other persons and organisations (including
those who are to furnish the principal items of material or equipment), and grey reject the Bid of any Bidder
who does not pass any such evaluation to Owner's satisfaction.
Award of the contract will be evaluated on the following basis in accordance with available funding:
Items 1.0 through 14.0.
Items 1.0 through 12.0 and item 14.0.
Items 1.0 through 11.0 and items 14.0 and 16.0
Items 1.0 through 4.0, items 6.0 through 11.0, and items 14.0 through 16.0.
Items 1.0 through 4.0, items 7.0 through 11.0, and items 14.0 through 16.0.
Items 1.0 through 4.0, item 7.0, items 9.0 through 11.0, and items 14.0 through 16.0.
Items 1.0 through 4.0, items 7.0, 10.0, 11.0, and 14.0 through 16.0.
items 1.0 through 4.0, items 7.0, 11.0, and 14.0 through 16.0.
Items 1.0 through 4.0, item 7.0, and 14.0 through 16.0.
Items 1.0 through 4.0, items 15.0 and 16.0.
The Owner reserves the right to award the contract on the basis of any of the combinations indicated or any
additional combinations not indicated. .
If the contract is awarded, Owner shall give the apparent successful Bidder a Notice of Award within 90 days
after the date of the Bid opening.
22. SUBCONTRACTORS AND SUPPLIERS
Within seven (7) days after Bids are opened, the apparent low Bidder, and any other Bidder so requested,
shall submit a list of all Subcontractors he expects to use in the Work.
!I" 22.01 SUBCONTRACTOR QUALIFICATION
s
Particular consideration will be given to the qualifications of each Subcontractor proposed to perform more
ram• than two (2) percent of the Work. An experience statement with pertinent information as to similar projects
and other evidence or qualification shall be furnished for each named Subcontractor, as requested by Owner.
If Owner or Engineer after due investigation has reasonable objection to any proposed Subcontractor, he may,
before giving the Notice of Award, request the apparent low Bidder to submit an acceptable substitute
without an increase in his Bid. If the apparent low Bidder declines to make any such substitution, the
I
fj contract shall not be awarded to such Bidder, but his declining to make any such substitution will not
r
-11-
constitute grounds for sacrificing his Bid Security. Any Subcontractor so listed and to whom Owner or
Engineer does not make written objection prior to the giving of the Notice of Award will be deemed
acceptable to the Owner and Engineer.
Contractor shall not be required to employ any Subcontractor against whom he has reasonable objection.
The use of Subcontractors listed by the Bidder and accepted by Owner prior to the Notice of Award will be
required in the performance of the Work. Substitutions shall be subject to the concurrence of the Owner and
Engineer and shall be confirmed by Change Order.
22.02 SUPPLIERS
The Bidders shall submit the completed equipment questiannaire at the time of the bid opening. All blanks
in the questionnaire shall be completed. The listed manufacturer and/or supplier is required to be used in
the performance of the work unless changed by a change order. Only one manufacturer shall be listed for
each item of equipment. The listed manufacturer is subject to acceptance by the Engineer.
23. WOMEN AND MINORITY BUSINESS ENTERPRISES
The successful Bidder shall make a good faith effort to utilize minority and women businesses for at least
10 percent of the total contract amount. Failure to meet this 10 percent goal or to demonstrate an
acceptable good faith effort to utilize M/WBE services may be a factor in determining the lowest responsible
bid.
The Contractors attention is directed to the Special Conditions pertaining to Women and Minority Business
Enterprises.
24. ,BOUND COPY OF CONTRACT DOCUMENTS
Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the fol-
Lowing:
(a) Notice to Bidders.
(b) General Instructions to Bidders.
(c) Bidder's Proposal.
(d) Statutory Bond (if required).
(e) Contract Agreement.
(f) General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
(i) Insurance Certificates.
(j) 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. --
1-- C. -,
THIS PAGE LEFT BLANK INTENTIONALLY
9
r
BID PROPOSAL
BID FOR LUMP SUM CONTRACTS
PLACE Lubbock, Texas
DATE March 9, 1993
PROJECT No. 2133-553103-9776
Proposal of BRB Contractors, Inc.. PO Box 8128, Topeka, Kansas 666M (hereinafter called Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Gentlemen:
Bid #12425
The Bidder, in compliance with your invitation for bids for the construction of a Southeast Water Reclamation Plant
having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other re-
lated Contract Documents and the site of the proposed work, and being familiar with all of the conditions surround-
ing the construction of the proposed project including the availability of materials and labor, hereby proposes to
furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifica-
tions and Contract Documents, within the time set forth therein and at the prices stated in Exhibit "A".
The Bidder binds himself on acceptance of his proposal to execute a Contract and any required bonds,
according to the accompanying forms, for perfcming and completing the said work within the time stated and for the
prices stated in Exhibit "A" of this proposal. w l'qj
'M SEVEN KU ,rz E ?-
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 coaplete the project within
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 am of 59OO.0O (Mine Hundred Dollars) per day until
substantial completion and 5325.00 (Three Hundred Twenty -.Five Dollars) per day until final completion in excess of
the time set forth hereinabove for completion of this project, all as more fully set forth in the general conditions
of the contract documents.
Bidder understands and agrees that this bid proposal shall be completed and submitted in accordance with in-
struction number 20 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in
the bidding,
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of ninety (90) calendar --
days after the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined
the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees
to commence work on or before the date specified in the written notice to proceed, and to substantially complete the
rwork on which he has bid; as provided in the contract documents.
1 ,
Enclosed with this proposal is a Cashier's Check or Certified Check for
Dollars (t ) or a Proposal Bond in the sue of Five Percent (5%) of Amount Bid Dollars (s XXXXX ),
which it is agreed shall be collected and retained by the owner as liquidated damages in the event the proposal is
accepted by the owner and the undersigned fails to execute the necessary contract documents and the required bond
(if any) with the Owner within tan (10) days after the date of receipt of written notification of acceptance of said
proposal; otherwise, said check or bond shall be returned to the undersigned upon demand,
Bidder understands and agrees that the contract to be executed by Bidder shall be boo and include all con-
tract documents made available to him for his inspection in accordance with the Notice to Bidders. --�
BRB CONTRACTORS, INC.
Contractor
Mic aert C. Welch
President
(Seal if Bidder is a Corporation)
ATTEST: —
Secretary g S. Hoglun Secretary -Treasurer
Bidder acknowledges receipt of the following addenda:
ADDENDA
NO. 1
DATE March 2, 1993
ADDENDA
NO. 2
DATE March 3, 1993 —
ADDENDA
NO.
DATE
ADDENDA
NO.
DATE
ADDENDA
NO.
DATE
ADDENDA
NO.
DATE
ADDENDA
NO.
DATE —
ADDENDA
NO.
DATE
ADDENDA
NO.
DATE -'
ADDENDA
NO.
DATE
ADDENDA
NO.
DATE
-15-
F
EXHIBIT •A•
ITEM 1.0 - BASE BID
MATERIALS:
(;
4.628,115 )
SERVICES
(;
3.855,255 )
TOTAL BID:
(j
8,483.370 )
ITEM 2.0 - ODOR CONTROL HOODS
MATERIALS•
($ 172,000 )
SERVICES :
(; -0- )
TOTAL BID•
($ 172,000 )
ITEM 3.0 - TRENCH PROTECTIVE SYSTEMS
MATERIALS:
(; -0- )
SERVICES :
_ (S 45,000 )
TOTAL BID:
(; 45,000 )
ITEM 4.0 - QEI SCADA SYSTEM
MATERIALS: Fifty Four Thousand Two Hundred Forty Four Dollars & no/100 _ (j 54,244.00 )
SERVICES Twenty Eight Thousand Three Hundred Eighty Six Dollars & no/100 (S 28,386.00 )
TOTAL-810: Eighty Two Thousand Six Hundred Thirty Dollars & no/100 (; 82,630.00 )
ITEM 5.0 - ALTERNATIVE A
MATERIALS•
($ 298,000 )
SERVICES :
($ 32,000 )
TOTAL BID:
($ 330,000 )
ITEM 6.0 - ALTERNATIVE 8
MATERIALS: (S - 500 )
SERVICES :. (j 236,500 )
TOTAL BID: (; 237,000 )
ITEM 7.0 - ALTERNATIVE C
MATERIALS:
(; 169,588 )
SERVICES
(; 150.412 )
TOTAL BID:
(; 320,000)
•ITEM 8.0 - ALTERNATIVE D
MATERIALS:
($ 16,�00 )
SERVICES
(j 18,500)
TOTAL BID•
($ 35,000 )
F
AD1-27
EXHIBIT 'A' (Continued)
ITEM
9.0 - ALTERNATIVE E
MATERIALS:" .-
(; _
76,408 )
SERVICES
(j
37.592 )
TOTAL BID:
(j
114,000 )
ITEM
10.0 - ALTERNATIVE F
MATERIALS:
(j
15,672 )
SERVICES :
(j
13,328 )
TOTAL BID:
(j
29,000 )
ITEM
11.0 - ALTERNATIVE G
MATERIALS•
(;
49,422 )
SERVICES
(;
31,578 )
TOTAL BID:
(;
81,000 )
ITEM
12.0 - ALTERNATIVE H
MATERIALS:
(;
113,780 )
SERVICES c
(;
176*220 )
TOTAL BID:
(;
290,000 )
ITEM
13.0 - ALTERNATIVE I
MATERIALS:
(;
44,288 )
SERVICES
(;
26.712 )
TOTAL BID:
(;
71,000 )
ITEM
14.0 - ALTERNATIVE J
MATERIALS:
(;
900 )
SERVICES
(;
100 )
TOTAL BID:
(;
1,000 )
TOTAL
BID - (Items 1.0 through 14.0)
MATERIALS: (j :5,639,617 )
SERVICES (; 4,651,383 )
TOTAL BID: (; 10,291.000 )
ITEM 15.0 - ALLOWANCE A
TOTAL ALLOWANCE: - Four Hundred Fifty Thousand Dollars & no/100 (j 450,000 )
AD1-28
EXHIBIT 'A' (Continued)
ITEM 16.0 - ALTERNATIVE H2
MATERIALS•
($
119,785 )
SERVICES :
($
135,215 )
f j
TOTAL BID:
($
255.000 )
r
(Amount shall be shown in both words
and figures. In case of discrepancy, the amount
in words shall
govern.)
ADI-29
THIS PAGE LEFT BLANK INTENTIONALLY
LIST OF SUBCONTRACTORS
This form shall be completed and submitted with the Bidder's Proposal.
Minority Owned
Yes No
1. & e_ s cr r �-
2 .
3 .
4 .
5. t✓ �F E: /.4.�
6.
7.
8.
9.
-10.
THIS PAGE LEFT BLANK INTENTIONALLY
SRF-404
(5/13/91)
SRF Number
CERTIFICATION REGARDING
DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS
The prospective participant certifies to the best of its
knowledge and belief that it and its principals:
(a) Are not presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from
covered transactions by any Federal department or agency;
(b) Have not within a three year period preceding this proposal
been convicted of or had a civil judgement rendered against
them for commission of fraud or a criminal offense in
connection with obtaining, attempting to obtain, or
(� performing a public (Federal, State, or local) transaction
l or contract under a public transaction; violation of Federal
or State antitrust statutes or commission of embezzlement,
theft, forgery, bribery, falsification or destruction of
records, making false statements, or receiving stolen
property;
(c) Are not presently indicted for or otherwise criminally or
civilly charged by a government entity (Federal, State, or
local) with commission of any of the offenses enumerated in
paragraph (1) (b) of this certification; and
C.
(d) Have not within a three-year period preceding this
application/proposal had one or more public transactions
(Federal, State, or local) terminated for cause or default.
F
I understand that a false statement on this certification may be
grounds for rejection of this proposal or termination of the
award. In addition, under 18 USC Sec. 1001, a false statement
may result in a fine of up to $10,000 or imprisonment for up to 5
years, or both.
Michael C. Welch, President
Typed Name & Title of Authorized Representative
of Authorized Representative
BRB Contractors, Inc., 400 W Curtis, PO Box 8128, Topeka, Kansas 66608-0128
1993
e
❑I am unable to certify to the above statements. My
explanation is attached.
F
AD1-35
_ SRF-503a
11/IO/88 -'
RESOLUTION
OF
' BRB Contractors, Inc. —
I hereby certify that it was RESOLVED by a quorum of the
directors of BRB Contractors, Inc. , meeting on the 3rd
name of corporation
'day of March , 19Q99 that Michael C. Welch, President, and J. RichArd
are
Cronister. Vice President be, and hereby Xi{*authorized to act on
behalf of BRB Contractors, Inc. , as its representative,
name of corporation
in all business transactions conducted in the State of Texas, and
That the above resolution was unanimously ratified by the _
`
Board of Directors at said meeting and that the resolution has
not been rescinded or amended and is now in full force and —
effect; and
In authentication of the adoption of this resolution, I —
subscribe my name and affix the seal ofthecorporation this
9th day of March , 19891
3*CrGt&W Greg S. Hogl6ed, Secretary -Treasurer
(aeal)
L
2 —
i
t
SRF-503
11/10/88
CONTRACTOR'S ACT OF ASSURANCE
STATE OF tWM KANSAS
COUNTY OF SHAWNEE
BEFORE ME, Trisha L. Klein , A Notary Public duly
commissioned and qualified in and for the County of Shawnee ,
KANSAS
State of came and appeared BRB Contractors, Inc. , as represented
by Michael C. Welch the corporation' a Eesident who
declares he/Wi6 is authorised to represent BRB Contractors. Inc.
pursuant to provisions of a resolution adopted by said
corporation on the 3= day of March 19a (a duly
t certified -copy of such resolution is attached to and is hereby
r
r
made a part of this document) . Michael C. Welch , as the
representative of BRB Contractors, Inc. , declares that BRB Contractors. Inca
assures the Texas Water Development Board that it will construct
Project #2133-553103-9776 project at Lubbock , Texas, in accordance
with sound construction practice, all laws of the State of Texas,
and the rules of the Texas Water Development Board.
Trisha I.Alein
NOTARY PUBLIC
STATE OF KA
MY AM EXMES
BRB CONTRACTORS, INC.
BY O�-
Mieffael C. Welch, President
Nay Commission Expires 4�z/oiri 13 /997
F
QUESTIONNAIRE
Each Bidder shall circle the name or may write in the name, where
indicated, of the manufacturers of equipment which Bidder proposes to
furnish. Not more than one manufacturer's name shall be listed for each
item of equipment. Upon award of a contract, the named equipment shall
be furnished. Substitutions will be permitted only if named equipment
does not meet the requirements of the Contract Documents, the manufac-
turer is unable to meet the delivery requirements of the construction
schedule, or the manufacturer is dilatory in complying with the require-
ments of the Contract Documents. Substitutions shall be subject to
concurrence of the Owner and shall be confirmed by Change Order.
Preliminary acceptance of equipment listed by manufacturer's name shall
not in any way constitute a waiver of the specifications covering such
equipment; final acceptance will be based on full conformity with the
Contract Documents.
Failure to furnish all information requested in the Questionnaire may be
cause for rejection of the Bid.
Section Equipment Manufacturer
06600 Odor Control Hoods Warminster
De to
11140 Vertical Diffusion 1f ,b ,11 07 S
Vane Pumps
11185 Submersible Sump Pumps
Aurora
Weil l
Gou ds
Epno Cornell
11370 Bio-Tower Filter
Eimco
Rotary Distributors
Envirex
FMC
Walker Process
11430 Clarifying Equipment
Walker Process
Eimco
General Filter
FMC
Envirex
H'-Te
es -Tech;
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 )
(17578 ) Q-1
' AD1-36
7
F
r
Section
Equipment
Manufacturer
11570
Diffused Aeration
Water Pollution Control Co— rp
Equipment
a p.
Aercor Corp.
13221
Bio-Tower Filter
Munters Corp.
Media
Amer rfpac
Brentwood
n
13400
Instrumentation
—Fr,—
14630
Traveling Bridge
Lift -Tech
Crane
P&H
obbins & Myers
15101
Butterfly Valves
American -Darling
DeZurik
M&H
Mueller
ratty,
15102
Eccentric Plug
DeZurik
Valves
Milliken s
Victau is
15112
Sluice Gates
Rodney Hunt
1 F.
15114
Slide Gates
61-1
Rodnev Hunt
- --
16050
Electrical
16150
Adjustable Frequency
Allen-Bradley
Drives
Emerson
General Electric
Robicon
Westinghouse
16200
Communication System
_ si-Tronics Corp.
16310
Secondary Integral
Asea Brown Boveri
Unit Substations -
General Electric
Liquid -Filled
Siemens Energy & Automation
0Westinghouse�
Pe erson
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 )
(17578 ) Q-2
ADl-37
Section'_ - Equipment Manufacturer
16395 Medium -Voltage Motor General Electric
- Control Equipment Siemens Enerev—&automation
estin house
Pe er
16480 .600 Volt Class Motor Cutler -Hammer
Control Centers Furnas
General Electric
Klockner-Moeller
Siemens Energy & Automation
cde eti ouse
Pederson
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 )
(17578 ) Q-3
ADl-38
k' . .
0 N'IR A C.
OY
RELIANCE INSURANCE COMPANY
HOME OFFICE, PHILADELPHIA, PENNSYLVANIA
Bond NO.xxxxxxxxxxx
BID BOND
APPROVED BY THE AMERICAN INSTITUTE OF ARCHITECTS
A.I.A. DOCUMENT NO. A-310 (FEB. 1970 ED.)
KNOW ALL MEN BY THESE PRESENTS, THAT WE
BRB CONTRACTORS, INC.
as Principal, hereinafter called the Principal, and the RELIANCE INSURANCE COMPANY of Philadelphia,
Pennsylvania, a corporation duly organized under the laws of the State of Pennsylvania, as Surety, hereinaf-
ter called the Surety, are held and firmly bound unto
CITY OF ItiUBBOCK, TEXAS
as Obligee, hereinafter called the Obligee, in the sum of
FIVE PERCENT (5%) OF AMOUNT BID �
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind our-
selves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these
presents.
WHEREAS, the Principal has submitted a bid for
Southeast Water Reclamation Plant Improvements - Contract 4 Plants 2
Improvements, Laboratory Improvements, and Demolition of Plant ld #12425
NOW THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a
Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be
specified in the bidding orContract Documents with good and sufficient surety for the faithful performance
of such Contract and forthe prompt payment of laborand material furnished in the prosecution thereof, or in
the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal
shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in
said bid and such larger amount for which the Obligee may in good faith contract with another party to
perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full
force and effect.
Signed and seated this 9th
j ae, /4,,,
(Wit s)
Gregory S. Hoglund, Sec.-Treas.
day of March
A.D. 19 93
BRB CONTRACTORS, INC.
(Principal) (Seal)
(title)
lchca"elC. Welch, President
RELIANCE INSURANCE COMPANY
BDR-2305 Ed.10-73
n M. Koger, t ney-in-Fact
W,
RELIANCE INSUR.A.NCIM COMPANY
HEAD OFFICE, PHILADELPHIA, PENNSYLVANIA
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, That the RELIANCE INSURANCE COMPANY, a corporation duly organized under the Ism of the State of
Pennsylvania, does hereby make, constitute and appoint John M. Koger, John M. Koger, Jr., Eugene F. Konzem and
Alice B. Jacobs, individually, of Thpeka, Kansas
Its true and lawful Attorney -in -Fact, to make, execute, seal and deliver for and on Its behalf, and as Its act and deed any and all bonds
and undertakings of Suretyship,
and to bind the RELIANCE INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings
obligatory in the nature thereof were signed by an Executive Officer of the RELIANCE INSURANCE COMPANY and sealed and attested by one other
of such officers, and hereby ratifies and confirms all that its said Attorneys) -in -Fact may do in pursuance hereof.
This Power of Attorney is granted under and by authority of Article Vli of the By -Laws of RELIANCE INSURANCE COMPANY which became
effective September 7, 1978, which provisions are now in full force and effect, reading as follows:
ARTICLE VI — EXECUTION OF BONDS AND UNDERTAKINGS
1. The Board of Directors, the President, the Chairman of the Board, any Senior Vice President, any Via President or Assistant Vice President
or other officer designated by the Board of Directors shall have power and authority to (a) appoint Attorneys -in -Fact and to authorize them to execute
on behalf of the Company, bonds and undertakings, recognizences, contracts of indemnity and other writings obligatory in the nature thereof, and Ib)
to remove any such Attorney -in -Fact at any time and revoke the power and authority given to him.
2. Attorneys -In -Fact shall have power and authority, subject to the terms and limitations of the power of attorney issued to them, to execute
and deliver on behalf of the Company, bonds and undertakings, recognizances, contracts of Indemnity and other writings obligatory in the nature thereof.
The corporate seal is not necessary for the validity of any bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory
in the nature thereof.
3. Attorneys -in -Fact shall have power and authority to execute affidavits required to be attached to bonds, ►ecognizences, contracts of indem-
nity or other conditional or obligatory undertakings and they shall also have power and authority to certify the financial statement of the Company and
to copies of the By -Laws of the Company or any article or section thereof.
This power of attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of
RELIANCE INSURANCE COMPANY at a meeting held on the 6th day of June, 1979, at which a quorum sues present, and said Resolution has not been
amended of repealed:
"Resolved, that the signatures of such directors and officers and the seal of the Company may be affixed to any such power of
attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile
signatures or facsimile seal shall be valid and binding upon the Company and any such power to executed and certified by
facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or
undertaking to which it is attached."
IN WITNESS WHEREOF, the RELIANCE INSURANCE COMPANY has caused these presents to be signed by its Vice President, and its corporate seat to
be hereto affixed, this 12th day of June 1992.
4Hs . RELIANC NSURAN E NY
LF'
� fal
f'Vice President
STATE OF Pennsylvania ss.
COUNTY OF Philadelphia
On this 12th day of June ,19 92, personally appeared Charles B. Schmalz
to me known to be the Vice -President of the RELIANCE INSURANCE COMPANY, and acknowledged that he executed and attested the foregonni
instrument and affixed the seal of said corporation thereto, and that Article VI 1, Section 1, 2, and 3 of the By -Laws of said Company and the Resolu
tion, at forth therein, are still in full force.
My Commission Expires: R L 5EAL
PATRICIA A. CHERRY, Notary Public
19 City of Philadelphia, Phila. Counly Notary Public in and for State of Ong l
My Commission Expires Feb. 1, 1093 y
vl�j�
/Al Residing at Philadelphia
1 Anita Zippert 4
and foregoing is a true and correct copy of a Power of Atto
affect.
IN WITNESS WHEREOF, 1 have hereunto set my hand and
ELIANCE INSURANCE COMPANY, do hereby certify that the above
d RELIANCE INSURANCE COMPANY, which is still in full force and
I Company this day of 19�
i
r�n
XKW"?G Secretary '` ��
PL
L--.tea L--� L---�. L— _. L— L— 4—. L— L— L --. LLL LL- `r L-.� L— L--� �S L--
THIS PAGE LEFT BLANK INTENTIONALLY
-,,
STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160
OF THE REVISED CIVIL STATUTES OF TEXAS
AS AMENDED BY
ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION,
1959
KNOW ALL MEN BY TNESE;PRESENTS, that BRB Contractors. Inc. (hereinafter called the Principal(s), as
Principal(s),'and PLANET INSURANCE COMPANY `
(hereinafter called the Surety(s), as Surety(s), are held and firmly �C a City of LLAA=k'(hereinafter
called the Obligee), in the amount of Ten Mil.'One-pandred"Ei(trtY FIVe o ars W0.185.0M) tdwfut money of
the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, adminis-
trators, executors, successors and assigns, Jointly and severalty, firmly by these presents.`
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 25th day of
%rch,1993,to
Coralete the construction of oertain irrproveTelts described as: Bid #12425 - Contract 4 - Plants
2 and 3 irrprovements, laboratory irrprovemats and 'dermlitim of Plant 1.
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.
NOII; 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 sub -contractor in the prosecution of the work provided for in said con-
tract, then, this obligation shall be void; otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised
Civil Statutes of Texas as amended by Acts of the Stith Legislature, Regular Session, 1959, and all liabilities an
this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were
copied at length herein.
-18-
I
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this
11th ear of May 19 93 .
PLANET INSURANCE COMPANY
Surety
Principal
BRB CUMACTORS, INC.
John M. Koge *By
Attorney-' act cT tl
By:
Mi d,ae _ .Wd�ITc�lt; si dent �^
r
By:
it e) -
a-egory S. urx�, Secretary -Treasurer
By:
(Title) C
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby des-
ignates David Brenholtz an agent resident in Lubbock County to whom any requisite notices my be delivered and
an whom service of process may be had in matters arising out of such suretyship.
PLANET INSURANCE COMPANY
Surety
•ey.
JOhn M•Jr-, (Title)
Approved as to form:
City of Lubbock
By:
City Attorney 1.
*Note: If signed by an officer of the Surety Company there west 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 east have copy 1
of power of attorney for our files. E
^
.19-
11
O
fV
21
THIS PAGE LEFT BLANK INTENTIONALLY
d I
—7
PLANET INSURANCE COMPANY
HEAD OFFICE, SUN PRAIRIE, WISCONSIN
POWER OF ATTORNEY
i
KNOW ALL MEN BY THESE PRESENTS, That the PLANET INSURANCE COMPANY, a corporation duty organized under the laws of the State
of Wisconsin, does hereby make, constitute and appoint John M. F:oger, John M. Koger, Jr. , Eugene F. Konzem and
Alice B. Jacobs, individually, of Topeka, Kansas
Its true and lawful Attorney -in -Fact to make, execute, seal and deliver for and on Its behalf, and as its act and dead any and all bonds
and undertakings of Suretyship,
and to bind the PLANET INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings
obligatory in the nature thereof were signed by an Executive Officer of the PLANET INSURANCE COMPANY and sealed and attested by one other of
such officers, and hereby ratifies and confirms all that its said Attorney(s)-in-Fact may do in pursuance hereof.
P"
This Power of Attorney Is granted under and by authority of Article VII of the By -Laws of PLANET INSURANCE COMPANY which became
effective September 21, 1981, which provisions are now In full force and effect, reading as follows:
ARTICLE VII — EXECUTION OF BONDS AND UNDERTAKINGS
1. The Board of Directors, the President the Chairman of the Board, any Senior Vice President, any Vice President or Assistant Vice President
or other officer designated by the Board of Directors shall have power and authority to (a) appoint Attorneys -in -Fact and to authorize them to execute
on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and
i"" (b) to remove any such Attorney -in -Fact at any time and revoke the power and authority given to him.
i
2. Attorneys -in -Fact shall have power and authority, subject to the terms and limitations of the power of attorney issued to them, to execute and
deliver on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory In the nature thereof.
The corporate seal is not necessary for the validity of any bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory
i in the nature thereof.
3. Attorneys -in -Fact shall have power and authority to execute affidavits required to be attached to bonds, recognizances, contracts of indemnity
or other conditional or obligatory undertakings and they shall also have power and authority to certify the financial statement of the Company and to
copies of the fay -Laws of the Company or any article or section thereof.
This power of attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of
PLANET INSURANCE COMPANY at a meeting held on the 29th day of March, 1982, at which a quorum was present, and said Resolution has not been
amended or repealed:
"Resolved, that the signatures of such directors and officers and the seal of the Company may be affixed to any such power of attorney
or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile
seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal
shall be valid and binding upon the Company In the future with respect to any bond or undertaking to which it Is attached"
IN WITNESS WHEREOF, the PLANET INSURANCE COMPANY has caused these presents to be signed by its Vice President, and its corporate seal to
be hereto affixed, this 30th day of September 1992
PLANET INSURANCE COMPANY
President
STATE OF
Pennsylvania
COUNTY OF Philadelphia
On this 30th day of September 1992 personally appeared Charles B. Schamlz
to me known to be the Vice -President of the PLANET INSURANCE COMPANY, and acknowledged that he executed and attested the foregoing
instrument and affixed the seal of said corporation thereto, and that Article VII, Sec'on 1, 2, and 3 of the By -Laws of said Company, and the Resolution,
set forth therein, are still in full force.
a ' c
My Commission Expires: NOTARIAL SEAL
HcLc 1 L0!S SHIELDS. Nc'�ry u
r, June 6 .1994 c . r.lz;a. h+,;:,j. CuRIY Pudic in and for the State of Pennsylvania
i
Residing at Philadelphia
1, Anita Zlppert , A00=Secretary of the PLANET INSURANCE COMPANY, do hereby certify that the
}^ above and foregoing is a true and correct copy of a Power of Attorney executed by said PLANET INSURANCE COMPANY, which is still in full force
and effect
IN WITNESS WHEREOF, I have hereunto set my hand eti�t of said Company this �� �'1 day -of 01
t 1`A>Secretary
i
• i rev � .. >-,
BDP-1431 1 /82
I�
STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE $160
OF THE REVISED CIVIL STATUTES OF TEXAS AS
AMENDED BY
ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION 1959
BM CONTRACTORS, INC.
KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and
PLANET MAKE E OCMPAW
(hereinafter called the Surety(s), as Surety(s), are held and firmly Do a City of Lubbock (hereinafter
called the Obligee), in the amount of Ten Mil. One RMdred Eighty Five ars (s10,lffivO 0; lawful money of the
United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administra-
tors, executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Princiol has entered into a certain written contract with the Obligee, dated the 25ttaay of
March 14 1 to
conplete the construction of certain inprovErrmts described as: Bid #12425 - Coritract 4 -
Plants 2 and 3 improvements, laboratory irrprovemrits and dErml i ti cn of Plant 1.
and said principal under the law is required before commencing the work provided for in said contract to execute a
bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the
same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully per-
form the work in accordance with the plans, specifications and contract documents, then this obligation shall be
void; otherwise to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised
Civil Statutes of Texas as amended by Acts of the 56th Legislature, regular session 1959, and all liabilities on
this bond shall be determined in accordance with the provisions of said article to the samr: extent as if it were
copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (a) have signed and sealed this instrument this 11h
day of May , 19 93 .
• i � • • i} MIT. •
Principal
Mi i
(Title)
By:
Gregory S. Ebglurid, Secretary -Treasurer
By:
(Title)
j -21-
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates an agent resident in Lubbock County to wham any requisite notices may be delivered and on
whom service of process may be had in matters arising out of such suretyship. F7
** DAVID BREN OL.TZ PLANT INSURANCE CCWMY
Surety
*
M. Kogele
l".
Approved as to Form Attorney -in -Fact
r-
City of Lubbock
!•
By: � E---
City Attorney
*Notes If signed by an officer of the Surety Company, there must be an 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.
r�
.22.
PLANET INSURANCE COMPANY
HEAD OFFICE, SUN PRAIRIE, WISCONSIN
POWER OF ATTORNEY
�. KNOW ALL MEN BY THESE PRESENTS, That the PLANET INSURANCE COMPANY, a corporation duly organized under the laws of the State
of Wisconsin, does hereby make, constitute and appoint John M. T'oger, John M. Koger, Jr. , Eugene F. Konzem and
Alice B. Jacobs, individually, of Topeka, Kansas
Its true and lawful Attomey-in-Fact, to make, execute, seal and deliver for and on Its behalf, and as its act and deed any and all bonds
and undertakings of Suretyship,
and to bind the PLANET INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings
obligatory In the nature thereof were signed by an Executive Officer of the PLANET INSURANCE COMPANY and sealed and attested by one other of
such officers, and hereby ratifies and confirms all that Its said Attorney(s)-in-Fact may do in pursuance hereof.
This Power of Attorney is granted under and by authority of Article VII of the By -Laws of PLANET INSURANCE COMPANY which became
effective September 21, 1981, which provisions are now in full force and effect, reading as follows:
ARTICLE VII — EXECUTION OF BONDS AND UNDERTAKINGS
1. The Board of Directors, the President, the Chairman of the Board, any Senior Vice President, any Vice President or Assistant Vice President
or other officer designated by the Board of Directors shall have power and authority to (a) appoint Attorneys -In -Fact and to authorize them to execute
on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and
r" (b) to remove any such Attorney -in -Fact at any time and revoke the power and authority given to him.
E
t 2. Attomeys-in-Fact shall have power and authority, subject to the terms and limitations of the power of attorney issued to them, to execute and
deliver on behalf of the Company, bonds and undertakings, recognizances, contracts of Indemnity and other writings obligatory In the nature thereof.
The corporate seal is not necessary for the validity of any bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory
In the nature thereof.
f
3. Attorneys -in -Fact shall have power and authority to execute affidavits required to be attached to bonds, recognizances, contracts of indemnity
or other conditional or obligatory undertakings and they shall also have power and authority to certify the financial statement of the Company and to
copies of the By -Laws of the Company or any article or section thereof.
F
This power of attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of
PLANET INSURANCE COMPANY at a meeting held on the 29th day of March, 1982, at which a quorum was present, and said Resolution has not been
amended or repealed:
i
"Resolved, that the signatures of such directors and officers and the seal of the Company may be affixed to any such power of attorney
or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile
seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal
shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it Is attached."
IN WITNESS WHEREOF, the PLANET INSURANCE COMPANY has caused these presents to be signed by its Vice President, and its corporate seal to
be hereto affixed, this 30th day of September 1992
r� PLANET INSURANCE COMPANY
l-a
Vill President
STATE OF Pennsylvania \'*-
COUNTY OF Philadelphia "
i
On this 30th day of September .19 92 personally appeared Charles B. Schamlz
to me known to be the Vice -President of the PLANET INSURANCE COMPANY, and acknowledged that he executed and attested the foregoing
�. instrument and affixed the seat of said corporation thereto, and that Article VII, Se Ion 1, 2, and 3 of the By -Laws of said Company, and the Resolution,
set forth therein, are still in full force.
1
My Commission Expires:F�NOTARIAL SEAL
June 6 1994 H�' + 0'•S SHIELDS. N^- Y u
cE.,r, ;a• Phiia. C ►4s9ry Public in and for the State of Pennsylvania
Residing at Philadelphia
1. Anita Zlppert AMMMakSecretary of the PLANET INSURANCE COMPANY, do hereby certify that the
above and foregoing is a true and correct copy of a Power of Attorney executed by said PLANET INSURANCE COMPANY, which is still In full force
and effect -,
IN WITNESS WHEREOF, I have hereunto set my handhe I of said Company this ! day. r/%�` V 19
I �f•� y,'�,c"+�>.,,Lc7ljb� ;�� Ak38=Secretary
BDP-14311/82 �•,:.. qf�.'•�/yj� �"—
r
THIS PAGE LEFT BLANK INTENTIONALLY
w
05/11
i
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, O , ITHSTANQINC,ANY •R =QUIHEMENT,;TER�I_ QR CONDIT ON OF,AMY,CONTRcT OR Q6HER DbCUM NT W(THyRESPECT TO
WHICH THIS
CERT1FiCAT1 I 8t-lSSUEDb4;MAXTERTAIN tHEINSURANCE'AMADEb
BLI THE POt1CIES;DESCRIBEb HEREIN IS SUBJECT TO ALL
THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO
LTR
TYPE OF INSURANCE POLICY NUMBER
POLICY EFFECTIVE POLICY EXPIRATION
DATE (MM/DDlYY) . DATE (MM/DD/YY) LIMITS
E
Ei
GVERAL LIABILITY
y 030ACM514992
GENERAL AGGREGATE $
04/01J93 04/01/94-2,800,A0
COMMERCIAL GENERAL) IABILITY
N— ' j4
PRODUCTS COMPIOP AGG $
=Y �
7
CLAIMS MADE OCCUR.
PERSONAL & ADV INJURY S
X Q{Q(NER'LOMRTOUTMUN,OFj;$,P�T.,
PER.,..
EACH OCCURRENCE $
FIRE DAMAGE (Any onefire) S
MED. EXPENSE (Any One person) II
A OMOBILE LIABILITY
'
SINGLE s
1, 00$, 0id
ANY AUTO
.COMBINED
LIMIT
ALL OWNED AUTOS
BODILY INJURY 8
SCHEDULED AUTOS
X HIRED AUTOS
(Per person)
_. ._..". _..
X
BODILY INJURY $
NON -OWNED AUTOS
(Par accident)
C
GARAGE LIABILITY
PROPERTY DAMAGE $
A
E ESS LIABILITY
' 030XS023079943CCA
EACH OCCURRENCE 3
04/01/91 04/01/94 _.
9,1100,00
UMBRELLA FORM
AGGREGATE $
OTHER THAN UMBRELLA FORM
WORKER'S COMPENSATION
STATUTORY LIMITS
000`
t
AND 0714 00 07
� � r. _ v ::._ : r r • .
EACH ACCIDENT $
040119 4 _.
• .� +� DJ�EASE POEIC�+ LIMIT ,
f�
EMPL&EIIS'=LIABiLIfY
`
DISEASE —EACH EMPLOYEE $
A i DIME
AriNKET BUILDERS 030I85149973FCA 04/01/93 04/01/94 SPiCIAL FORM INCL FLOOD, EQ
RISK/INSTALLATION 8' TESTING. $5,500 PER JOB
FLOATER 8I'PE/DISASTER, $2500. DED
E $�FUp ipp�IIF ?PI BA�I s/ c�c I W-01 &E . 98bI,�RIST WATER RECLAMATION PLANT IMPROVEMENTS CONTRACT 4 PLANTS
91.J(3�( I�MjCP:IROVEMENTSS LABORATORY IMPROVEMENTS. COVERAGE IS EXTENDED TO INCLUDE CERTIFICATE HOLDER
AS LOSS PAYEE AND ADDITIONAL INSUREsD,
CITY OF LUBBOCK TEXAS SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
P.O. BOX 2000 fXPIRA'RZN DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVORL TO
LUBBOCK TX 79457 MAIL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
( / / %—iw�
r
CERTIFICATE OF INSURANCE
TO: CITY OF LUBBOCK DATE:
Type of
Lubbock, Texas Project:
THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, in-
sured by this Company with respect to the business operations hereinafter described, for the types of insurance and
in accordance with the provisions of the standard policies used by this Company, the further hereinafter described.
Exceptions to standard policy noted hereon.
TYPE OF INSURANCE
Policy No. Effective Expires Limits of liability
Workmen's
Compensation
Owner's Protec-
Per Person
f
tive or Contin-
Per Occurrence
S
gent Liability
Property Damage
S
Contractor's
Per Person
$
Protective or
Per Occurrence
S
Contingent
Property Damage
S
liability
Per Person
S
Automobile
Per Occurrence
S
------------------------------------------------------------•-------------------------------------------------------
Property Damage
S
Comprehensive
General Liability
S
Umbrella Liability S
--------------------------------------------------------------------------------------------------------------------
The foregoing Policies (do) (do not) cover all sub -contractors.
Locations Covered
DESCRIPTION of Operations Covered
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 THIS CERTIFICATE
MUST BE SENT TO THE OWNER.
(Name of Insurer)
By:
Title
-2i-
No Text
t- --Ji
THIS PAGE LEFT BLANK INTENTIONALLY
CONTRACT
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 25th day of March, 1993. 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 BRB CONTRACTORS INC., of the City of Topeka, and the State of Kansas hereinafter termed CONTRACTOR.
WITHESSETH: 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 # 12425-iCONTRACT 4 - PLANTS 2 AND 3 IMPROVEMENTS, LABORATORY IMPROVEMENTS AND DEMOLITION OF PLANT 1 IN THE AMOUNT OF
$10,185,000.00 c
and all extra work a in connection therewith, underthe terms as stated in the contract documents and at his Cor their) own
proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, Labor, insurance
and other accessories and services necessary to complete the said construction in accordance with the contract documents as
defined in the General Condition of Agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been
given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the
proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment
on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents
year and day first above written.
APPROVED AS TO FORM:
n
6
ATTEST:
C rporat etary��
M "
I
BRB CONTRACTORS, INC.
By:
I Zr?"r'.'gop— zlc—�)—& —
i�cfit Ec C'. wE"a-f
TITLE: {�(Lks"S/pEnf7
COMPLETE ADDRESS:
ZIA
7UO NW &0--tis, #4:90� ,Box SIZ
Texas in the
r' 38
GENERAL CONDITIONS OF THE AGREEMENT
-27-
THIS PAGE LEFT BLANK INTENTIONALLY
GENERAL CONDITIONS OF THE AGREEMENT
F
1. 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, copartnership or corporation, to -wit: SRS CONTRACTORS, INC. who has agreed
to perform the work embraced in this contract, or to his or their legal representative.
3. OWNERPS REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as
referring to DAN A. HAWKINS, DIRECTOR OF WATER UTILITIES, City of Lubbock, under whose supervision these contract
documents, including the plans and specifications, were prepared, and who will inspect 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 documents shall consist of the Notice to Bidders, General Instructions to Bidders, Proposal, Signed
Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement
(if any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for his
Inspection in accordance with the Notice to Bidders.
S. 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
r. Representative.
Whenever in the Specifications or drawings accompanying this agreement, the terms of description of various
qualities relative to finish, workmanship, or other qualities of similar kind which cannot, from their nature, be
specifically and clearly described and specified, but are necessarily described in general terms, the fulfillment of
which must depend on individual judgment, then, in all such eases, any question of the fulfillment of said ,
Specifications shall be decided by the Owner's Representative, and said work shall be done in accordance with his
interpretations of the meaning of the words, term;, or clauses defining the character of the work.
6. SUBCONTRACTOR
The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for
performance of work on the project contemplated by these contract documents. Owner shall have no 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 4 2ce.
I
I
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 work
described in words which so applied have well known, technical or trade meaning shall be held to refer such
recognized standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
9. SUBSTANTIALLY COMPLETED
The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has
been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still
may require minor miscellaneous work and adjustment. _
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall
accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check
the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's
request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in T
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., shalt 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., shalt be replaced by the owner's Representative at Contractor's expense.
43
r
0
13. LINES AND GRADES
ALL Lines and grades shall be furnished by the Owner's Representative whenever necessary for the commence-
ment of the work contemplated by these contract documents or the completion of the work contemplated by
these contract documents. Whenever necessary, Contractor shall suspend his work in order to permit Owner's
Representative to comply with this requirement, but such suspension will be as brief as practical and Con-
tractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Repre-
sentative ample notice of the time and place where lines and grades will be needed. All stakes, marks,
etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by him,
his Subcontractors, or his employees, such stakes, marks, etc., shall be replaced by the Owner's Representa-
tive at Contractor's expense.
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's
Representative shell review all work included herein. He has the authority to stop the work whenever such
stoppage may be necessary to insure the proper execution of the contract. In order to permit delays and
disputes and to discourage litigation, it is further agreed that the Owner's Representative shall, in all
cases, determine the amounts and quantities of the several kinds of work which are to be paid for under this
contract. He shall determine all questions in relation to said work and the construction thereof, and
shall, in all cases, decide every question which may arise relative to the execution of this contract on the
part of said Contractor. The Owner's Representative's estimates and findings shall be conditions precedent
to the right of the parties hereto to arbitration or to any action on the contract, and to any rights of the
Contractor to receive any money under this contract; provided, however, that should Owner's Representative
render any decision or give any direction, which in the opinion of either party hereto, is not in accordance
with the meaning and intent of this contract, either party my file with said Owner's Representative within
30 days his written objection to the decision or direction so rendered, and by such action may reserve the
right to submit the questions so raised to arbitration as hereinafter provided. It is the intent of this
Agreement that there shall be no delay in the execution of the work, therefore, written decisions or direc-
tion of the Owner's Representative as rendered shall be promptly carried out, and any claim arising there-
from shall be thereafter adjusted to arbitration as hereinafter provided.
The Owner's Representative shall, within a reasonable time, render and deliver to both the Owner and the
Contractor a written decision on all claims of the parties hereto and on all questions which may arise rela-
tive to the execution of the work or the interpretation of the contract, specifications and plans.
15. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorised to appoint
from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative
may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that
said material is furnished and said work is done in accordance with the specifications therefore. The Con-
tractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors
or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey
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.
-30-
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.
L
The work, from its commencement to completion, shall be under the exclusive charge and control of the Con-
tractor and all risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives will not be responsible for the acts or omissions of the Contractor, or
any subcontractors, or any of his agents or employees, or any other persons performing any of the work.
r-
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the na-
ture and location of the work, the confirmation of the ground, the character, quality and quantity of mate- —^
vials 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, shalt effect or modify any of the terms or
obligations herein contained.
18. CHARACTER OF WORKMEN
The Contractor agrees to employ only orderly and competent men, skillful in -the performance in the type of
work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall
inform him in writing that any man or men on the work, are, in his opinion, incompetent, unfaithful, or dis-
orderly, such man or men shall be discharged from the work and shall not again be employed on the work with-
out the Owner's Representative's written consent.
19. CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecu-
tion and completion of this contract where it is not otherwise specifically provided that Owner shall fur-
nish same, and it is also understood that Owner shall not be held responsible for the care, preservation,
conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it
is finally completed and accepted.
The building of structures for the housing of men or equipment will be permitted only at such places as the
Owner's Representative shall direct, and the sanitary conditions of the grounds in or about such structure
shall at all times be maintained in a manner satisfactory to the owner's Representative.
20. SANITATION _
Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public ob-
servation, shall be constructed and maintained by the Contractor in such manner and at such points as shall
be approved by the Owner's Representative and their use shall be strictly enforced.
-31.
21. OBSERVAMON AND TESTING
The Owner or owner's Representative shall have the right at all reasonable times to observe and test the
work. Contractor shall make necessary arrangements and provide proper facilities and access for such"obser-
vation and testing at any location wherever work is in preparation or progress. Contractor shall ascertain
the scope of any observation which may be contemplated by Owner or Owner's Representative and shall give am-
ple notice as to the time each part of the work will be ready for such observation. Owner or owner's Rep-
resentative may reject any work found to be defective or not in accordance with the contract documents, re-
gardless of the stage of its completion or the time or place of discovery of such errors and regardless of
whether owner's Observer has previously accepted the work through oversight or otherwise. If any work
should be covered without approval or consent of the owner, it must, if requested by Owner or Owner's Repre-
sentative, be uncovered for examination at Contractor's expense. In the event that any part of the work is
being fabricated or manufactured at a location where it is not convenient for owner or owner's Representa.
tive to make observations of such work or require testing of said work, then in such event owner or owner's
Representative may require Contractor to furnish owner or Owner's Representative certificates of inspection,
testing or approval made by persons competent to perform such tasks at the location where that part of the
work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed
by the American Society for Testing and Materials or such other applicable organization as may be required
by law or the contract documents.
If any work which is required to be inspected, tested, or approved is covered up without written approval or
consent of the Owner or Owner's Representative, it must, if requested by the Owner or owner's Representa-
tive, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspec-
tions, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work
which fails to meet the requirements of any such tests, inspections or approval, and any work which meets
the requirements of any such tests or approval but does not meet the requirements of the contract documents
shall be considered defective. Such defective work shall be corrected at the Contractor's expense.
Neither observations by the Owner or owner's Representative, nor inspection, 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 an 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 un-
suitable or not in conformity with plans, specification and contract documents, the Contractor shall, after
receipt of written notice thereof from the Owner's Representative, forthwith remove such material and re-
build or otherwise remedy such work so that it shall be in full accordance with this contract. It is fur-
1 ' ther agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense.
23. CHANGES AND ALTERATIONS
c
The Contractor further agrees that the owner may make such changes and alterations as the owner my see fit,
in the line, grade, form dimensions, plans or or materials for the work herein contemplated, or any part
thereof, either before or after the beginning of the construction, without affecting the validity of this
contract and the accompanying bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the
basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they in-
crease the amount of work, and the increased work can fairly be classified under the specifications, such
increase shall be paid according to the quantity actually done and at the unit price established for such
work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In
e
-32-
case the Owner shall make such changes or alterations as shall make useless any work already done or mate-
rial already furnished or used in said work, then the Owner shall recompense the Contractor for any material
or labor so used, and for any actual loss occasioned by such change, due to actual expenses incurred in
preparation for the work as originally planned.
24. EXTRA WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that may be
required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, al-
teration or addition to the work as shown on the plans and specifications or contract documents and not cov-
ered by Contractor's proposal, except as provided under Changes and Alterations herein.
It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representa-
tive when presented with a written work order signed by the Owner's Representative; subject, however, to the
right of the Contractor to require written confirmation of such extra work order by the Owner. It is also
agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined
by the following methods:
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
Method (C) - if neither Method (A) or Method (B) be agreed upon before the extra work is com-
menced, then the Contractor shall be paid the actual field cost of the work, plus
fifteen (15%) per cent.
In the event said extraworkbe performed and paid for under Method (C), then the provisions of this para-
graph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as �--
foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and
equipment, for the time actually employed or used on such extra work, plus actual transportation charges
necessarily incurred, together with all expenses incurred directly on account of such extra work, including
Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workmen's
Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or
Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts
of the actual field cost shall be kept and records of these accounts shall be made available to the owner's
Representative. The Owner's Representative may also specify in writing, before the work commences, the
method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these mat-
ters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machin-
ery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of
Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical,
the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work
order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and com-
pensate him for his profit,,overhead, general superintendence end field office expense, and all other ele-
ments of cost and expense rat embraced within the actual field cost as herein defined, save that where the
Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost
to maintain and operate the same shall be included in the "actual field cost."
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In
case any orders or instructions appear to the Contractor to involve extra work for which he should receive
compensation or an adjustment in the construction time, he shall make written request to the Owner's Repre-
sentative for a written order authorizing such extra work. Should a difference of opinion arise as to what
does or does not constitute extra work or as to the payment therefore, and the Owner's Representative in-
sists upon its performance, the Contractor shall proceed with the work after making written request for
written order and shall keep adequate and accurate account of the actual field cost thereof, as provided
under Method (C). The Contractor will thereby preserve the right to submit the matter of payment to arbi-
tration as herein below provided.
-33.
r
0
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of this contract that all work described in the proposal, the
specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor
and that such price shall include all appurtenances necessary to complete the work in accordance with the
intent of these contract documents as interpreted by Owner's Representative. If the Contractor finds any
discrepancies or omissions in these plans, specifications, or contract documents, he should notify the
Owners' Representative and obtain a clarification before the bids are received, and if no such request.is
received by the Owner's Representative prior to the opening of bids, then it shall be considered that the
Contractor fully understands the work to be included and has provided sufficient sums in his proposal to
complete the work in accordance with these plans and specifications. It is further understood that any re-
quest for clarification ant be submitted no later than five days prior to the opening of bids.
26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT
If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the
quality of work with the rate of progress required under this contract, the Owner or Owner's Representative
may order the Contractor in writing to increase their safety or improve their character and efficiency and
the Contractor shall comply with such order.
If, at any time, the working force of the Contractor is inadequate for securing the progress herein speci-
fied, the Contractor shall, if to ordered in writing, increase his force or equipment, or both, to such an
extent as to give reasonable assurance of compliance with the schedule of progress.
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC
The Contractor shall take out and procure a policy or policies of Workmen's Compensation Insurance with an
insurance company licensed to transact business in the State of Texas, which policy shall comply with the
Workmen's Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable
precaution for the safety of employees and others an or near the work and shall comply with all applicable
provisions of federal, state and municipal laws and building and construction codes. All machinery and
equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention
In Construction" of Associated General Contractors of America, except where incompatible with federal, state
or municipal laws or regulations. The Contractor, his sureties and insurance carriers shall defend, indem-
nify and save harmless the Owner and all of its officers, agents and employees from all suits, actions, or
claims of any character whatsoever, brought for or on account of any injuries: or damages received or sus-
tained by any person or persons or property, on account of any negligent act or fault of the Contractor or
any subcontractor, their agents or employees, in the execution and supervision of said contract, and the
project which is the subject matter of this contract, on account of the failure of Contractor or any subcon-
tractor to provide necessary barricades, warning lights, or signs and will be required to pay any judgment
with costs which may be obtained against the owner or any of its officers, agents, or employees including
attorney's fees.
The safety precautions taken shall be the sole responsibility of the Contractor, in his sole discretion as
an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be
given by the Owners or the Owner's Representative concerning amissions.under this paragraph as the work pro-
gresses, are intended as reminders to the Contractor of his duty and shall not be construed as any assump-
tian of duty to supervise safety precautions by either the Contractor or any of his subcontractors.
DIM
28. CONTRACTOR'S INSURANCE
The Contractor shall procure and carry at his cote cost and expense through the life of this contract, in-
surance protection as hereinafter specified. Such insurance shall be carried with an Insurance company au-
thorized to transact business in the state of Texas and shell cover all operations in connection with this
contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided
covering the operation of each subcontractor.
A. Comprehensive General Liability Insurance
The contractor shall have Comprehensive General Liability Insurance with limits of 5300,000 Bodily
Injury and 5300,OOO Property Damage per occurrence to include:
Premises and Operations
Explosion & Collapse Hazard
.Underground Damage Hazard
Products & Completed Operations Hazard
Contractual Liability
Independent Contractors Coverage
Personal Injury (with exclusion IV' waived)
The City is to be named as an additional insured on this policy for this specific job, and copy of
the endorsement doing so is to be attached to the Certificate of Insurance.
B. Owner's Protective or Contingent. Public Liability Insurance and Property Damage Liability Insurance.
The Contractor shall obtain an Owner's Protective or Contingent Public Liability Insurance policy
naming the City of Lubbock as insured and the amount of such policy shall be as follows
For bodily injuries, including accidental death, $500,000 per occurrence, and $100,000 for Property
Damage.
C. Comprehensive Automobile Liability Insurance
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury $250/500,000
Property Damage $100,000.
to include all owned and non -owned cars including: Employers Mon -ownership Liability. Hired and Non -
owned Vehicles. The City .is to be named as an additional insured on this policy for this specific
job and copy of the endorsement doing so is to be attached to the Certificate of insurance.
D. Builder's Rick Insurance
The Contractor shall obtain a Builder's Risk policy in the amount of (100% of poten-
tial loss) naming the City of Lubbock as insured.
L
-35.
r
t
E. Excess or Umbrella Liability Insurance
The Contractor shall have Excess or Umbrella Liability insurance in the amount of
04,000,000 minimum) with coverage to correspond with Comprehensive General Liability and Comprehen-
sive Automobile Liability coverages.
The City is to be named as an additional insured on this policy for this specific job and copy of
the endorsement doing so is to be attached to the Certificate of Insurance.
F. Worker's Compensation and Employers Liability Insurance
As required by State statute covering all employees whether employed by the Contractor or any Sub-
contractor on the job with Employers Liability of at least $100,000 limit.
G. Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the
owner for approval five Certificates of Insurance covering each insurance policy carried and
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 data of the policy and the limit or limits of liability thereunder on the
date borne by such certificate.
(5) A provision that the policy may be canceled only by mailing written notice to the named in-
sured at the address shown in the bid specifications.
(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 farm (or identical copies thereof) con-
tained in the job specifications. Me substitute of nor amendment thereto will be accept-
able.
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 fron 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
-36-
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
The contractor shall pay all royalties and license fees, and shall provide for the use of any design, de-
vice, material or process covered by letters patent or copyright by suitable legal agreement with the Paten-
tee or owner thereof. The Contractor shall defend all suits or claims for infringement of any patent or
copyrights and shall indemnify and save the owner harmless from any loss on account thereof, except that
owner shall defend all such suits and claims and shall be responsible for all such loss when a particular
design, device, material or process or the product of a particular manufacturer or manufacturers is speci-
fied or required in these contract documents by Owner; provided, however, if choice of alternate design, de-
vice, material or process is allowed to the Contractor, then Contractor shall indemnify and save owner harm-
less from any loss on account thereof. If the material or process specified or required by Owner is an in-
fringement, the Contractor shall be responsible for such loss unless he promptly gives written notice to the
owner of such infringement.
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 r
Owner against any claims arising from the violation of any such laws, ordinances, and regulations, whether
by the Contractor or his employees. If the Contractor observes that the plans and specifications are at
variance therewith, he shall promptly notify the Owners' Representative in writing and any necessary changes
shall be adjusted as provided in the contract for changes in the work. If the Contractor performs any work
knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the
Owner's Representative, he shall bear all costs arising therefrom.
The owner is a municipal corporation of the State of Texas and the law from which it derives its powers, in-
sofar as the same regulates the objects for which, or the manner in which, or the conditions under which the
Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to r
the same effect as though embodied herein.
33. ASSIGNMENT AND SUBLETTING
The Contractor -further agrees that he will retain personal control and will give his personal attention to
the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature
of the work, or materials required in the performance of this contract, shall not relieve the Contractor
from his full obligations to the Owner, as provided by this contractual agreement.
34. TIME FOR COMPLETION AND LIQUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of
beginning and time for completion as specified in the contract of work to be done hereunder are essential
conditions of this contract; and it is further mutually understood and agreed that the work embraced in this --
6:.
-37-
r
contract shall be commenced on a date to be specified in the Notice to Proceed, end must be completed within
730 (SEVEN HUNDRED THIRTY) consecutive calendar days, unless extended by an approved change order.
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 can-
sideration for the awarding of this contract, the Owner slay withhold permanently from Contractor's total
compensation, the sum of $900.00 (MINE HUNDRED DOLLARS) PER DAY until substantial completion and $325.00
(THREE HUNDRED TWENTY-FIVE DOLLARS) PER DAY until final copletion, 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 com
pletion of the work described herein is reasonable time for the completion of the same, taking Into consid-
eration the average climatic change and conditions and usual industrial conditions prevailing in this local-
ity.
The amount is fixed and agreed upon by and between the Contractor and the owner because of the impractica-
bility and extreme difficulty in fixing and ascertaining actual damages the Owner would in such event sus-
tain, and the amount is agreed to be damages the Owner would sustain and shall be retained by the Owner from
current periodical estimates for payments or from final payment.
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 Con-
tractor 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 s whole and in part, in
accordance with this contact, the plans and specifications, and within the time of completion designated in
the proposals; provided, also, that when the Owner is having other work done, either by contract or by his
own force, the Owner's Representative may direct the time and manner of constructing work done under this
contract so that conflicts will be avoided and the construction of the various works being done for the
Owner shall be harmonized
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative,
schedules which shall show the order in which the Contractor proposes to carry on the .work, with dates at
which the Contractor will start the several parts of the work and estimated dates of completion of the sev-
eral parts.
35. EXTENSION OF TIME
The Contractor agrees that he has submitted his proposal in full recognition of -the time required for the
completion of this project, taking into consideration the average climatic range and industrial conditions
prevailing in -this locality, and has considered the liquidated damage provisions of paragraph 33 hereinabove
set forth and that he shall not be entitled to, nor will he request, an extension of time on this contract,
ttt except when his work has been delayed by an act or neglect of the Owner, Owner's Representative, employees
of the Owner or other contractors employed by the owner, or by changes ordered in the work, or by strike,
walk -outs, acts of God or the public enemy, fire or flood. The Contractor may apply in writing for an ex-
tension of time, submitting therewith all written justification as may be required by owner's Representative
for such an extension as requested by Contractor. The Owner's Representative within ten (10) days after re-
ceipt of a written request for an extension of time by the Contractor supported by all requested docu-
mentation shall then submit such written request to the City Council of the City of Lubbock for their con-
-38-
condemned work within a reasonable time after a written notice by the Owner or the Owners 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 shell give notice of observed de-
fects with reasonable promptness.
47. PAYMENT WITHHELD `Y
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 for arbitration shall be filed with the Owner's Representative and the Owner in
writing within ten (10) days after the date of delivery to Contractor of the final decision of the Owner's
Representative. It is further agreed that final acceptance of the work by the Owner and the acceptance by
the Contractor of the final payment shall be a bar to any claim by either party, except where noted other-
wise in the contract documents.
49. ARBITRATION
All questions of dispute under this agreement shall be submitted to arbitration at the request of both
parties to the dispute. The parties may agree upon one arbitrator, otherwise, there shall be three; one
named in writing by each party and the third chosen by the two arbiters selected; or if the arbiters fail to
select a third within ten (10) days, he shall be chosen by the District Judge, 72nd Judicial District of
Texas. Each arbiter shall be a resident of the City.of Lubbock. Should the party demanding arbitration
fail to name an arbiter within ten (10) days of the demand, his right to arbitrate shall lapse, and the de-
cision of the Owner's Representative shall be final and binding on him. Should the other party fail to
choose an arbiter within ten (10) days, the Owner's Representative shall appoint such arbiter. Should ei-
ther party refuse or neglect to supply the arbiters with any papers or information demanded.in writing, the
arbiters are empowered by both parties to take Ex Parte Proceedings.
-41.
The arbiters shall act with promptness. The decision of any two shall be binding on both parties to the
contract, unless either or both parties shall appeal within ten (10) days from date of the award by the ar-
biters, and it is hereby agreed that each party shall have the right of appeal and all proceedings shall be
according to and governed by Arbitration Statutes of Texas, being Article 224, et seq., Vernon's Annotated
Civil Statutes. THE DECISION OF THE ARBITERS UPON ANY QUESTION SUBMITTED TO ARBITRATION UNDER THIS CONTRACT
SHALL BE A CONDITION PRECEDENT TO ANY RIGHT OF LEGAL ACTION.
The arbiters, if they deem the case demands it, are authorized to award the party whose contention is sus-
tained, such sums as they deem proper for the time, expense and trouble incident to the appeal, and if the
appeal was taken without reasonable cause, they may award damages for any delay occasioned thereby. The ar-
biters shall fix their own compensation, unless otherwise provided by agreement, and shall assess the costs
and charges of the arbitration upon either,or both parties. The award of the arbiters must be made in writ-
ing and shall not be open to objection on account of the form of proceedings or award.
50. ABANDONMENT BY CONTRACTOR
In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written
notification from the Owner or the Owner's Representative, or if the Contractor fails to empty with the or-
ders of the Owner's Representative, when such orders are consistent with this contract, this Agreement, or
the Specifications hereto attached, then the Surety an the bond shall be notified in writing and directed to
complete the work and a copy of said notice shall be delivered to the Contractor.
After receiving said notice of abandonment, the Contractor shall not remove from the work any machinery,
equipment, tools, materials or supplies then on the job, but the same, together with any materials and
equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the
Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any
rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as
provided for under paragraph 24 of this contract); it being understood that the use of such equipment and
materials will ultimately reduce the cost to complete the work and be reflected in the final settlement.
In case the Surety should fail to commence compliance with the notice for completion hereinbefore provided
for within ten (10) days after service of such notice, then the Owner may provide for completion of the work
in either of the following elective manners:
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and sup-
plies as said Owner may deem necessary to complete the work and charge the expense of such labor,
machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged
shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at
any time become due to the Contractor under and by virtue of this Agreement. In case such expense
is less than the sum which would have been payable under this contract, if the same had been com-
pleted by the Contractor, then said Contractor shall receive the difference. In case such expense
is greater than the sum which would have been payable under this contract, if the same had been com-
pleted by said Contractor, then the Contractor and/or his Surety shall pay the amount of such excess
to the Owner; or
(b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspa-
per having a general circulation in the County of location of the work, .may let the contract for the
completion of the work under substantially the same terms and conditions which are provided in this
contract. In case of any increase in cost to the Owner under the new contract as compared to what
+ would have been the cost under this contract, such increase shall be charged to the Contractor and
i 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.
0
-42.
When the work shalt 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 r-
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 with an itemized list of such equipment and materials shall be maned to the
Contractor and his Surety at the respective addresses designated in this contract; provided, however, that
actual written notice given in any manner will satisfy this condition. After mailing, or other giving of
such notice, such property shall be held at the risk of the Contractor and his Surety subject only to the
duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) days from the date of said notice the owner may sell such .machinery, equipment, tools, materials or supplies and apply the net
sum derived from such sale to the credit of the Contractor and his Surety. Such sale may be made at either
public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machin-
ery, equipment, tools, materials, or supplies which remain on the ejobsite and belong to persons other than
the Contractor or his Surety, to their proper owners.
51. ABANDONMENT BY OWNER
In case the Owner shall fail to comply with the terms of this contract, and should fail or refuse to comply
with said terms within ten (10) days after written notification by the Contractor, then the Contractor may
suspend or wholly abandon the work, and may remove therefrom all machinery, tools, and equipment, and all
materials on the ground that have not been included in payments to the Contractor end have not been incorpo-
rated 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 Con-
tractor at the prices stated in the the attached proposal, the value of all partially completed work at a
fair and equitable price, and the amount of all Extra York performed at the prices agreed upon, or provided
for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the Con-
tractor to carry the whole work to completion, and which cannot be utilized. The Owner's Representative
shall then make a final statement of the balance due the Contractor by deducting from the above estimate all
previous payments by the Owner and 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 an 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.
52. BONDS
The successful bidder shall be required to furnish a performance bond and payment bond in accordance with
Article 5160, Vernon's Annotated Civil Statutes in the amount of 100% of the total contract price, in the
event said contract price exceeds $25,000.00. if the contract price does not exceed $25,000.00, the statu-
tory bonds will not be required. All bonds, if required, shall be submitted on forms supplied by the owner,
and executed by an approved Surety Company authorized to do business in the State of Texas. And it is fur-
ther agreed that this contract shall not be in effect until such bonds are so furnished.
.43-
f�
L
F 5�
53. ,SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special con-
ditions conflict with any of the general conditions contained in this contract, then in such event the
special conditions shall control.
54. 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 my be encountered in the prosecution of the
work, shall be sustained and borne by the Contractor at his own cost and expense.
55. INDEPENDENT CONTRACTOR CONTRACTOR
Contractor is, and shall remain, an Independent contractor with full, complete and exclusive power and au-
thority to direct, supervise, and control his own employees and to determine the method of the performance
of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to ob-
serve Contractor's work during his performance and to carry out the other prerogatives which are expressly
reserved to and vested in the Owner or Owner's Representative hereunder, is riot intended to and shall not at
any time charge 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.
56. BEAMING 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 roan 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.
71F
` ' -44-
THIS PAGE LEFT BLANK INTENTIONALLY
CURRENT WAGE DETERMINATIONS
THIS PAGE LEFT BLANK INTENTIONALLY
TEXAS WATER DEVELOPMENT BOARD
p.D: BOX 13231
CAPITOL STATION
i AUSTIN, TEXAS 78711
,OJECT: City of Lubbock
SRF No. 3104
DATE: January 8, 1992
Gentlemen:
it The Davis -Bacon Act (40 U.S.C. S 276a et seq.) as amended, and 40 CFR §
31.36(1)(5) requires a valid Department of Labor (DOL) wage determination
be in the contract specifications (over $2,000) before bids are opened and
be in effect on the date of contract award. Determinations may be added to
the specifications by addenda after they are approved by the Texas Water
Development Board (TWDB).
General Wade Determinations (GWD) contain no expiration date and remain in
effect until modified, superceded or withdrawn. Modifications or
supersedeas determination published ten days prior to bid opening must be
included in the contract specifications. Also, if a contract has not been
awarded within 90 days after bid opening, any modification published to a
general wage determination prior to award of the contract, or beginning of
construction, shall be effective with respect to that contract.
Project Wage Determinations (PWD) issued by the DOL are effective for 180
calendar days from the date of issuance, unless an extension of time is
approved by the Wage and Hour Division (DOL). Modifications to project
wage determinations must also be included in the specifications when they
are received by this office ten days prior to bid opening.
You MUST keep the below signed informed of the bid opening and award dates.
doing this, we will be able to keep you informed of any necessary
,anges.
Please examine the attached determinations) immediately upon receipt to
determine if additional "classifications" or "basic hourly rates" are
required. If needed submit your request to the below signed with evidence
of prevailing rates from the prime-contractor(s), sub -contractors) or
E labor showing: (a) Name of contractor, (b) Location and type of
construction, (c) Wage rates within each classification and number of
employees paid at each rate, (d) Additional classifications and hourly
rates, if needed, (e) Specify the determination number and kind of rates
E (heavy, building, etc.) to which you wish these added.
If you need additional information, please contact me at (512) 463-8424.
I am attaching (X) Decision ( ) Modification
tl DECISION ISSUANCE MODIFICATION ISSUANCE KIND OF
NUMBER/TYPE DATE NUMBER DATE RA"ES
TX-91-28 12-13-91 Heavy
sincerely,
it
7JRmes T. Fowler
Artachment (s )
Copy To: Loanee
Inspection and Field Support Section
Project Support Section - Wage Rate Issued File
No Text
General Decision Number TX910028
Superseded General Decision No. 1X90002o
State: TEXAS
Construction Type:
Highway
County(ies):
ECTOR MIDLAND RANDALL TOM GREEN
LUBBOCK POTTER TAYL0R
HEAVY (excluding tunnels h dams) and HIGHWAY PROJECTS (does not
include building structures in rest area projects).
Modification Number Publication Date
1 12/13/1991
TX910028 - 1
COUNTY(ies):
ECTOR MIDLAND RANDALL
LUBBOCK POTTER TAYLOR
TOM GREEN
Craft Group Name:
Craft/Rate Text Block: SUTX2037A
1. 11/13/1991
Basic Fringe
Hourly Benefits
Rate
ASPHALT HEATER OPERATOR
$7.467
ASPHALT RAKER
7.267
ASPHALT SHOVELER
6.400
BATCHING PLANT WEIGHER
9.799
CARPENTER
8.153
CARPENTER HELPER
6.881
CONCRETE FINISHER -PAVING
7.496
CONCRETE FINISHER HELPER PAVING
6.500
CONCRETE FINISHER STRUCTURES
8.148
CONCRETE FINISHER HELPER STRUCTURES
6.987
ELECTRICIAN
10.000
ELECTRICIAN HELPER
9.500
FLAGGER
5.500
FORM BUILDER -STRUCTURES
8.021
FORM BUILDER HELPER STRUCTURES
7.000
FORM SETTER - PAVING & CURB
8.300
FORM SETTER HELPER -PAVING & CURB
6.307
TX910028 - 2
i�f •
I
1
•, V
FORM SETTER -STRUCTURES
7.839
FORM SETTER HELPER STRUCTURES
6.479
LABORER -COMMON
6.018
l
LABORER UTILITY
7.102
MECHANIC
10.282
1
MECHANIC HELPER
8.000
OILER
8.233
6
SERVICER
7.823
PIPE LAYER
7.000
PIPE LAYER HELPER
6.250
ASPHALT DISTRIBUTOR OPERATOR
7.972
ASPHALT PAVING MACHINE
8.167
BROOM OR SWEEPER OPERATOR
6.411
BULLDOZER
7.963
CONCRETE PAVING CURING MACHINE
9.100
CONCRETE PAVING FINISHING MACHINE
8.075
ii
CONCRETE PAVING JOINT SEALER
7.750
CONCRETE PAVING SAW
10.063
CONCRETE PAVING SPREADER
9.100
RFTwrnRCTua STEEL MACHINE
6.500
SLIPFORM MACHINE OPERATOR
9.000
CRANE, CLAMSHELL, BACKHOE
DERRICK, DRAGLINE, SHOVEL
LESS THAN 1 1/2 C.Y.
8.574
CRANE, CLAMSHELL, BACKHOE
DERRICK, DRAGLINE, SHOVEL
1 1/2 C.Y. & OVER
10.043
CRUSHER OR SCREENING PLANT
OPERATOR
7.500
FOUNDATION DRILL OPERATOR
CRAWLER MOUNTED
9.000
}
TX910028 - 3
FOUNDATION DRILL OPERATOR
TRUCK MOUNTED
FOUNDATION DRILL OPERATOR
HELPER
FRONT END LOADER - 2 1/2 C.Y.
& LESS
FRONT END LOADER - OVER 2 1/2
C.Y.
HOIST - DOUBLE DRUM
MOTOR GRADER OPERATOR
FINE GRADE
MOTOR GRADER
PAVEMENT MARKING MACHINE
PLANER OPERATOR
ROLLER, STEEL WHEEL PLANT
MIX PAVEMENTS
ROLLER, STEEL WHEEL OTHER,
FLATWHEEL OR TAMPING
ROLLER, PNEUMATIC SELF-PROPELLED
SCRAPER-1 C.Y. & LESS
SCRAPER -OVER 17 C.Y.
SIDE BOOM
TRACTOR -CRAWLER TYPE 150 HP
AND LESS
TRACTOR -CRAWLER TYPE OVER
150 HP
TRACTOR - PNEUMATIC
REINFORCING STEEL SETTER
PAVING
REINFORCING STEEL SETTER
STRUCTURES
REINFORCING STEEL SETTER
HELPER
10.750
7.050
7.458
7.669
8.100
10.343
.9.835
9.150
10.458
6.828
6.474
6.455
7.546 -
7.655
6.350
7.290
10.750
7.422
7.926
9.086
7.772
TX910028 - 4
�L •STEEL WORKER - STRUCTURAL 9.000
r'
STEEL WORKER HELPER STRUCTURAL
6.250
SPREADER BOX OPERATOR
7.332
BARRICADE SERVICER WORK ZONE
6.500
TRUCK DRIVER -SINGLE AXLE LIGHT
6.592
�j
:f
TRUCK DRIVER -SINGLE AXLE HEAVY
6.791
TRUCK DRIVER -TANDEM AXLE SEMI
TRAILER
7.130
TRUCK DRIVER-LOWBOY/FLOAT
6.866
i'
TRUCK DRIVER -TRANSIT MIX
6.891
WELDER
11.827
tI
WELDER HELPER
8.290
Unlisted classifications needed for work not included within the
scope of the classifications listed may be added after award only
as provided in the labor standards contract clauses (29 CFR
5.5(a) 1(ii)).
END OF GENERAL DECISION
TX910028 - 5
THIS PAGE LEFT BLANK INTENTIONALLY
SPECIAL CONDITIONS
THIS PAGE LEFT BLANK INTENTIONALLY
SPECIAL CONDITIONS - LIST OF SUBJECTS
SC-1. CONTRACTOR'S INSURANCE
SC-2. SPECIFICATIONS
SC-3. DRAWINGS
SC-4. ENGINEER
SC-5. INDEMNIFICATION
SC-6. RESPONSIBILITY FOR PAYMENT
SC-7. DOCUMENTATION TO ACCOMPANY APPLICATIONS FOR PAYMENT
SC-7.01. Materials and Equipment
SC-7.02. Schedules and Data
SC-7.03. Labor Standards Certificate
SC-7.04. Final Payment
SC-8. RETAINAGE
SC-9. PARTIAL UTILIZATION
SC-10. SUBSTANTIAL COMPLETION
SC-11. FINAL INSPECTION AND ACCEPTANCE
SC-12. DELAYS AND DAMAGES
SC-13. CORRECTION PERIOD
SC-14. OVERTIME WORK
SC-15. LEGAL ADDRESSES
SC-16. TEST HOLES
SC-17. UNDERGROUND INSTALLATIONS
SC-18. HISTORICAL OR ARCHAEOLOGICAL DEPOSITS
SC-19. PRIVITY OF CONTRACT
SC-20. DEFINITIONS
SC-21. LABOR STANDARDS
SC-22. EQUAL EMPLOYMENT OPPORTUNITY
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 )
(17578 ) SC-1
SC-23. REVIEW BY OWNER AND TWDB
SC-24. WOMEN AND MINORITY BUSINESS ENTERPRISES
SC-25. DEBARMENT AND SUSPENSION
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 )
(17578 } SC-2
17
17
SPECIAL CONDITIONS
SC-1. CONTRACTOR'S INSURANCE. The Engineer shall be included as an
additional insured on the Contractor's General Liability and Umbrella or
Excess policies. Contractor shall provide a Certificate of Insurance to
Engineer, evidencing such endorsement prior to the start of any Work at
the project site.
SC-2. SPECIFICATIONS. The Specifications which govern the materials
and equipment to be furnished and the Work to be performed under this
Contract are listed in the Table of Contents at the beginning of this
volume.
SC-3. DRAWINGS. The Contract Drawings consist of 159 sheets. Sheet
titles are listed on Sheet 1 of the Drawings. In addition, each sheet
bears the following general titles
LUBBOCK, TEXAS
SOUTHEAST WATER RECLAMATION PLANT
( PLANTS 2 AND 3 IMPROVEMENTS
The Drawings referred to above ,are supplemented by drawings bound in the
Specifications and listed in the Table of Contents.
SC-4'. ENGINEER. The term Engineer means Black & Veatch, acting within
the scope of duties contained in the Special Conditions, and as parti-
cularly described in Exhibit A to Special Conditions. The performance
of Engineer's duties is intended to be for the sole and exclusive
benefit of Owner.
SC-5. INDEMNIFICATION. To the fullest extent permitted by law,
Contractor shall defend, indemnify, and hold harmless the Engineer and.
its officials, officers, directors, partners, consultants, agents, and
employees for and against all claims, damages, losses, and expenses,
direct, indirect, or consequential (including but not limited to fees
and charges of engineers, architects, attorneys, and other professionals
and court costs) arising out of or resulting from the performance of the
work by the Contractor, and subcontractor, any person or organization
directly or indirectly employed by any of them .to perform or furnish any
of the work or anyone for whose acts any of them may be liable, regard-
less of whether or not it is caused in part by a party indemnified
hereunder or arises by or is imposed by law and regulations regardless
of the negligence of any such party. However, this indemnity shall not
apply to liability for bodily injury or death to persons or damage to
property of any person or expenses in connection therewith caused by or
resulting from defects in plans, designs or specifications prepared,
approved or used by Engineer or negligence of Engineer in the rendition
or conduct of professional duties called for or arising out of the
Contract and the plans, designs, or specifications which are a part
hereof.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
t (CONTRACT NO. 4 )
(17578 ) SC-3
t
SC-6. RESPONSIBILITY FOR PAYMENT.Except-for items specifically
identified as provided by Owner, Contractor shall pay for all labor,
materials, and other costs incurred under this Contract.
SC-7. DOCUMENTATION TO ACCOMPANY APPLICATIONS FOR PAYMENT. Contrac-
tor's Applications for Payment shall be accompanied by the documentation
specified herein.
SC-7.01. Materials and Equipment. If payment is requested for mate-
rials and equipment not incorporated in the Work but delivered and
suitably stored at the site or at another location agreed to in writing,
the Application for Progress Payment shall be accompanied by such data,
satisfactory to Owner, as will establish Owner's title to the materials
and equipment and protect his interest therein, including applicable
insurance.
Payments for such materials and equipment shall be.based only upon the
actual cost of the materials and equipment, subject to provisions in
submittals Section 01300, to Contractor and shall not include any
overhead or profit to Contractor:
SC-7.02. Schedules and Data. Each Application for Progress Payment
shall be accompanied by Contractor's updated schedule of operations,
or progress report, with such `shop drawings schedules, procurement sche-
dules, value of material on hand included in application, and other data
specified in Division l or reasonably required by Engineer.
SC-7.03. Labor Standards Certificate. As provided under Labor Stan-
dards, each Application for Payment shall be accompanied by a certifi-
cate that all labor standards requirements have been fulfilled. This is
required from the Contractor and all subcontractors.
SC-7.04'. Final Payment. Final payment to the Contractor shall be made
subject to his furnishing the Owner with a release in satisfactory form
of all claims against the Owner arising under and by virtue of his con-
tract, other than such claims, if any, as may be specifically excepted
by the Contractor from the operation of the release as provided under
general and supplemental conditions elsewhere in this contract.
The Owner, before paying the final estimate, may require the Contractor
to furnish release's or receipts from all subcontractors having performed
any work and all persons having supplied materials, equipment (installed
on the Project) and services to the Contractor, if the Owner deems the
same necessary in order to protect the Owner's interests. The Owner,
however, may if it deems such action` advisable make payment in part or
in full to the Contractor without requiring the furnishing of such
releases or receipts and any payments`so made shall in no way impair the
obligations of any surety or sureties furnished under this Contract.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 )
(17578 ) SC-4
r-
The retainage and its interest earnings, if any, shall not be paid to
the Contractor until the TWDB has authorized a reduction in, or release
of, retainage on the contract work.
Withholding of any amount due the Owner, under general and/or supple-
mental conditions regarding "Liquidated Damages," shall be deducted from
the final payment due the Contractor.
SC-8. RETAINAGE. Owner shall retain from each progress payment an
amount equal to 5 percent of the estimated value of the Work completed,
until payment is due under the terms and conditions governing
Substantial Completion and final payment.
SC-9. PARTIAL UTILIZATION. Owner has the right to take possession of
or use any completed or substantially completed portions of the Work at
any time, but such taking possession or use will not be deemed an
acceptance of any Work not completed in accordance with the Contract
Documents.
Owner's use of any facilities so identified in the Contract Documents
will not be grounds for extension of the Contract Time or change in the
Contract Price.
Owner's use of any facilities not specifically identified in the
Contract Documents will be in accordance with conditions agreed to prior
to such use, and any extra costs or delays in completion incurred and
properly claimed by Contractor will be equitably adjusted with a Change
Order.
Facilities substantially completed in accordance with the Contract Docu-
ments which are occupied or used by Owner prior to Substantial
Completion of the entire Work will be defined by Engineer in a written
notice to Owner and Contractor fixing the responsibility for insur-
ance, maintenance, heat, and utilities on that part of the Work and
including a tentative list of items to be completed or corrected before
final acceptance.
Guarantee periods.for accepted or substantially completed Work,
including mechanical and electrical equipment, will commence upon the
start of continuous use by Owner.
All tests and instruction of Owner's personnel must be satisfactorily
completed, and Owner shall assume responsibility for and operation of
all facilities occupied or used except as may arise through portions of
the Work not yet .completed by Contractor.
The following facilities are subject to partial utilization by the
Owner:
. , (LUBBOCK, TEXAS )
p, (SEWRP IMPROVEMENTS & EXPANSION)
1 (CONTRACT NO. 4 )
(17578 ) SC-5
Plant No. 2
• Connection box
• Primary distribution structure
• Primary clarifiers No. 1 and 2
• Pumping station complex
• Bio-tower filters No. 1 and 2
• Secondary distribution structure
• Secondary clarifiers No. 1_and 2
Plant No. 3
• Primary distribution structure
• Primary clarifiers No. 1 and 2
• Aeration basins
• Blower building
Secondary sludge pumping station
• Secondary distribution structure
• Secondary clarifiers No. l and 2
• Sludge draw -off box
• Effluent pumping station
• Laboratory
• Associated sitework and utilities
SC-10. SUBSTANTIAL COMPLETION. When Contractor considers the Work
ready for full occupancy or utilization by Owner, Contractor shall
declare in writing to Owner and Engineer that the Work is substantially
complete and request that Engineer issue a Notice of Substantial
Completion therefor.
Within a reasonable time thereafter, Owner, Contractor, and Engineer
shall make an inspection of the Work to determine the status of comple-
tion. If Engineer does not consider the Work substantially complete,
Engineer shall notify Contractor in writing giving reasons therefor. If
Engineer considers the Work substantially complete, Engineer shall pre-
pare and deliver to Owner and Contractor a Tentative Notice of Substan-
tial Completion which will fix the date of Substantial Completion, the
release of any part of the retainage (subject to approval by the Texas
Water Development Board), and the responsibilities between Owner and
Contractor for operation, heat, utilities, and maintenance. The notice
shall include a tentative list'of items to be completed or corrected
before final acceptance. Owner shall have 10 days after receipt of the
Tentative Notice during which he may make written objection to Engineer
as to any provisions of the notice or list. If, after considering such
objections, Engineer concludes that the Work is not substantially
complete, Engineer shall notify Contractor in writing, stating reasons
therefor. If, after 10 days and after consideration of Owner's objec-
tion, Engineer considers the Work substantially complete, Engineer shall
execute and deliver to Owner and Contractor a definitive Notice of
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 )
(17578 ) SC-6
17 i
Substantial Completion, with a revised list of items to be completed or
corrected, reflecting such changes from the Tentative Notice as Engineer
believes justified after consideration of any objections from Owner.
"Substantial Completion" means that the facilities are completed to the
point that wastewater can be adequately treated and solids can be
processed and no nuisance is created, to the satisfaction of Engineer.
All process equipment shall be installed and operational, or temporary
arrangements satisfactory to Owner shall have been made. Except as
required to insure proper operation, performance testing need not have
been completed prior to the date of Substantial Completion,
To be considered substantially complete, the following portions of the
Work must be operational and ready for Owner's continuous use as
intended:
Plant No. 2
Primary and secondary clarifiers, sludge pumping stations, and
associated distribution structures
Pumping station complex
Bio-tower filters No. 1 and 2
Plant No. 3
Primary and secondary clarifiers, sludge pumping stations, and
associated distribution structures
Aeration basins
Blower building
Sludge draw -off box
Effluent pumping station
Laboratory
Instrumentation and control and SCADA
Electrical
Paving
Plant potable and non -potable system basin and building drains,
and yard manholes
(LUBBOCK, TEXAS )
(SEWRP IMPROVEHENTS & EXPANSION)
(CONTRACT NO. 4 )
(17578 ) -SC-7
Portions of the Work not essential to plant operation,
completed without interruption of plant operation, may
aftertheWork is accepted as substantially complete,
the following items:
Fencing
Landscaping and irrigation
Painting of exposed (non -submerged) items
Cleanup
which can be
be completed
and may include
SC-11. FINAL INSPECTION AND ACCEPTANCE. Upon written notice that
Contractor considers all Work complete, Engineer shall make a final
inspection with Owner and Contractor and shall notify Contractor in
writing of incomplete or defective work revealed by the inspection.
Contractor shall promptly remedy such deficiencies.
After Contractor has remedied all deficiencies to the satisfaction of
Engineer and delivered all construction records, maintenance and
operating instructions, schedules, guarantees, Bonds, certificates of
inspection, and other documents (all as required by the Contract
Documents), Owner and Contractor shall be promptly notified in writing
by Engineer that the Work is acceptable.
SC-12. DELAYS AND DAMAGES. Contractor shall accept the risk of any
delays caused by the rate of progress of the Work to be performed under
other contracts. In the event Contractor is delayed in the prosecution
and completion of the Work because of such conditions, Contractor shall
have no claim against Owner for damages or contract adjustment other
than an extension of Contract Time and the waiving of liquidated damages
during the period of time occasioned by the delay.
Time limitations required by Owner shall be for the benefit of Owner and
contractors under other contracts who have entered into such contracts
with Owner in reliance on the time limitations set forth in these
Contract Documents. Any claim by Contractor for damages due to delay by
another contractor shall be asserted against that contractor.
SC-13. CORRECTION PERIOD. Nothing in General Conditions Article 45
concerning the correction period shall establish a period of limitation
with respect to any other obligation which Contractor has under the
Contract Documents. The establishment of time periods relates only to
the specific obligations of Contractor to correct the Work, and has no
relationship to the time within which his obligations under the Contract
Documents may be sought to be enforced, nor to the time within which
proceedings may be commenced to establish his liability with respect to
his obligations other than to specifically correct the Work.
SC-14. OVERTIME WORK. No Work shall be done between 6:00 p.m. and
7:00 a.m. nor on Sundays or legal holidays without permission of Owner.
However, emergency work may be done without prior permission.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 )
(17578 ) SC-8
Night work may be undertaken as a regular procedure with the permission
of Owner; such permission, however, may be revoked at any time by Owner
if Contractor fails to maintain adequate equipment and supervision for
the proper prosecution and control of the Work at night.
SC-15. LEGAL ADDRESSES. The business address of Contractor given in
the Bid Proposal and Contractor's office in the vicinity of the Work
are both hereby designated as the places to which all notices, letters,
and other communication to Contractor will be mailed or delivered. The
address of Owner, Post Office Box 2000, Lubbock, Texas 79457, is hereby
designated as the place to which all notices, letters, and other
communication to Owner shall be mailed or delivered. Either party may
change his address at any time by an instrument in writing delivered to
Engineer and to the other party.
SC-16. TEST HOLES. Test holes have been made on the site of the Work.
The locations of test holes are indicated on the Drawings. Logs of the
test holes are bound as an appendix to these Specifications.
Test hole information represents subsurface characteristics to the
extent indicated, and only for the point location of the test hole.
Each Bidder shall make his own interpretation of the character and
condition of the materials which will be encountered between test hole
locations. Each prospective Bidder may, at his own expense, make
additional surveys and investigations as he may deem necessary to
determine conditions which will affect performance of the Work.
SC-17. UNDERGROUND INSTALLATIONS. Existing underground installations
are indicated on the Drawings only to the extent such information was
made available to or discovered by Engineer in preparing the Drawings.
There is no guarantee as to the accuracy or completeness of such
information, and all responsibility for the accuracy and completeness
thereof is expressly disclaimed.
Generally, service connections are not indicated on the Drawings.
Contractor shall be responsible for discovery of existing underground
installations, in advance of excavating or trenching, by contacting all
local utilities and by prospecting.
SC-18. HISTORICAL OR ARCHAEOLOGICAL DEPOSITS. If, during the course of
construction, evidence of deposits of historical or archaeological
interest is found, Contractor shall cease operations affecting the find
and shall notify Owner, who shall notify Texas Water Development Board
and the State Historic Preservation Officer. No further disturbance of
the deposits shall ensue until Contractor has been notified by Owner
that he may proceed. Owner will issue a Notice to Proceed only after
the state official has surveyed the find and made a determination to the
Texas Water Development Board and Owner. Compensation to Contractor, if
any, for lost time or changes in construction to avoid the find, shall
be determined in accordance with changed conditions or change order
(LUBBOCK, TEXAS )
` (SEWRP IMPROVEMENTS & EXPANSION)
t (CONTRACT NO. 4 )
(17578 ) SC-9
r
r,
provisions of the Contract Documents. (Reference: 80 Stat 915, 16 USC
470, and Executive Order No. 11593 of May 31, 1971.)
SC-19. PRIVITY OF CONTRACT. This contract is expected to be funded in
part with Federal funds through the State Revolving Fund. Neither the
State of Texas nor any of its departments, agencies or employees is, or
will be, a party'to this contract or any lower tier contract. This
contract is subject to regulations -contained in 31 TAC Chapter 375 in
effect on the date this contract is entered into.
SC-20. DEFINITIONS.
(a) The term "Minority Business Enterprise" (MBE) means a business
concern that is (1) at least 51 percent owned by one or more
minority individuals, or, in the case of a publicly owned
business, at least 51 percent of the stock is owned by one or
more minority individuals; and (2) whose daily business opera-
tions are managed and directed by one or more of the minority
owners.
Minority individuals include Black Americans, Hispanic Ameri-
cans, Native Americans, Asian Pacific Americans, or other,
groups whose members are found to be disadvantaged by the
Small Business Act or by the Secretary of Commerce under
Section 5 of Federal Executive Order 11625.
(b) The term "TWDB" means the Executive Administrator of the Texas
Water Development Board, or other person who may be at the
time acting in the capacity or authorized to perform the
functions of such Administrator, or the authorized representa-
tive thereof.
(c) The term "Woman Business Enterprise" (WBE) means a business
concern that is, (1) at least 51 percent owned by one or more
women, or, in the case of a publicly owned business, at least
51 percent of the stock is owned by one or more women; and,
(2) whose daily business operations are managed and directed
by one or more of the women owners.
SC-21. LABOR STANDARDS.
(a) This subsection applies to any contract in excess of $2,000
which is entered into for the actual construction, alteration
and/or repair, including: painting and decorating, of a public
building or public work, or building or work financed in whole
or in part with Federal funds through the State Revolving Fund
(SRF). The definitions contained in 29 CFR 5.1 for the terms;
labor standards laborer/mechanic, apprentice, trainee, wages,
and wage decision shall apply to this section.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 )
(17578 ) SC-10
I
(i) All laborers and mechanics employed or working upon the
site of the work will be paid unconditionally and not
less often than once a week, and without subsequent
deduction or rebate on any account (except such payroll
deductions as are permitted by regulations issued by the
Secretary of Labor under the Copeland Act ((29 CFR Part
3)), the full amount of wages and bona fide fringe
benefits (or cash equivalents thereof) due at time of
payment computed at rates not less than those contained
in the wage determination of the Secretary of Labor which
is attached hereto and made a part hereof, regardless of
any contractual relationship which may be alleged to
exist between the Contractor and such laborers and
mechanics. Contributions made or costs reasonably anti-
cipated for bona fide.fringe benefits under section l(b)
(2) of the Davis -Bacon Act on behalf of laborers or
mechanics are considered wages paid to such laborers or
mechanics, subject to the provisions of paragraph (1)(iv)
of this subsection; also, regular contributions made or
costs incurred for more than a weekly period (but not
less often than quarterly) under plans, funds, or
programs which cover the particular weekly period, are
deemed to be constructively made or incurred during such
weekly period. Such laborers and mechanics shall be paid
the appropriate wage rate and fringe benefits on the wage
determination for the classification of work actually
performed, without regard to skill, except asprovidedin
paragraph (4) of this subsection. Laborers or mechanics
performing work in more than one classification may be
compensated at the rate specified for each classification
for the time actually worked therein: PROVIDED, that the
employer's payroll records accurately set forth the time
spent in each classification in which work is performed.
The wage determination (including any additional classi-
fication and wage rates conformed under paragraph (1)(ii)
of this subsection) and the Davis -Bacon poster (WH-1321)
shall be posted at all times by the Contractor and its
subcontractor at the site of the work in a prominent and
accessible place where it can be easily seen by the
workers.
(ii) (A) The Owner and Contractor agree that any class of
laborers or mechanics which is not listed in the
wage determination and which is to be employed
under the contract shall be classified in conform-
ance with the wage determination. The Contractor
shall immediately examine the wage determinations
to determine if additional classifications and
basic hourly rates are required and advise the
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 )
(17578 )
Owner if additional classifications are needed.
The TWDB shall approve an additional classifica-
tion and wage rate and fringe benefits therefore only when the following criteria have been met:
(I) The work to be performed by the classi-
fication requested is not performed by a
classification in the wage determination;
and
(II) The classification is utilized in the area
by the construction industry; and
(III) The proposed wage rate, including any bona
fide fringe benefits, bears a reasonable
relationship to the wage rates contained
in the wage determination.
(B) If the Contractor and the laborers and mechanics to
be employed in the classification (if known), or
their representatives, and the owner agree on the
classification and wage rate (including the amount
designated for fringe benefits where appropriate),
a report of the action taken shall be sent by the
owner, to the TWDB for processing to the Adminis-
trator of the Wage and Hour Division, Employment
Standards Administration (W&H, ESA), U.S. Depart-
ment of Labor, Washington, D.C. 20210. The W&H,
ESA Administrator, or an authorized representative,
will approve, modify, or 'disapprove every addi-
tional classification action within 30 days of
receipt and so advise the owner, through the TWDB,
or will notify the TWDB within the 30 day period
that additional time is necessary.
(C) In the event the Contractor', the laborers or
mechanics to be employed in the classification or
their representatives, the Owner, and the TWDB do
not agree on the proposed classification and wage
rate (including the amount designated for fringe
benefits, where appropriate), the TWDB shall refer
the questions, including the views of all
interested parties and the recommendation of the r-
TWDB to the Administrator W&H, ESA for determina-
tion. The Administrator W&H, ESA, or an authorized
representative, will issue a determination within _
30 days of receipt and so advise the owner, through
the TWDB, or will notify the TWDB within the 30-day
period that additional time is necessary.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 )
(17576 ) SC-12
t
(D) The wage 'ra' a 'Cinci ding fringe benefits where
appropriate) determined pursuant to subparagraph
(B) or (C) of this paragraph shall be paid to all
workers performing work in the classification under
this contract from the first day on which work is
performed in the classification.
l
(iii) Whenever the minimum wage rate prescribed in
the contract for a class of laborers or
mechanics includes a fringe benefit which is
not expressed as an hourly rate, the Contractor
shall either pay the benefit as stated in the
wage determination or shall pay another bona
fide fringe benefit or an hourly cash equi-
valent thereof.
(iv) If the Contractor does not make payments to a
trustee or other third person, the Contractor
may consider as part of the wages of any
laborer or mechanic the amount of any costs
reasonably anticipated in providing bona fide
fringe benefits under a plan or program,
PROVIDED, That the Secretary of Labor has
found, upon the written request of the Con-
tractor, that the applicable standards of the
Davis -Bacon Act have been met. The Secretary
of Labor may require the Contractor to set
aside in a separate account assets for the
meeting of obligations under the plan or
program.
(2) Withholding. The TWDB shall upon its own action or upon
r
IDepartment
written request of an authorized representative of the
of Labor withhold or cause to be withheld from
tt
the Contractor under this contract or any other SRF
Federally funded contract with the same prime Contractor,
so much of the accrued payments or advances as may be
considered necessary to pay laborers and mechanics,
including apprentices, trainees, and helpers, employed by
the Contractor or any subcontractor the full amount of
wages required by the contract. In the event of failure
to pay any laborer or mechanic, including any apprentice,
trainee, or helper, employed or working on the site of
the work, all or part of the wages required by the
contract, the TWDB may, after written notice to the
Contractor or Owner, take such action as may be necessary
to cause the suspension of any further payment. advance,
or guarantee of funds until, such violations have ceased.
f'
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 )
(17578 ) SC-13
F
(3) .Payroll and Basic Records.
(i) Payrolls and basic records relating thereto shall be
maintained by the Contractor during the course of the
work and preserved for a period of three years there-
after for all laborers and mechanics working at the site
of the work. Such records shall contain the name,
address, and Social Security Number of each such worker,
his or her correct classification, hourly rates of wages
paid (including rates of contributions or costs antici-
pated for bona fide fringe benefits or cash equivalents
thereof of the types described in'section l(b)(2)(B) of _
the Davis -Bacon Act), daily and weekly number of hours
worked, deductions made and actual wages paid. Whenever
the Secretary of Labor has found under 29 CFR 5.5(a)(1)
(iv) that the wages of any laborer or mechanic include
the amount of any costs' reasonably anticipated in pro-
viding benefits under a plan or program described in
section l(b)(2)(B) of the Davis -Bacon Act, the Contractor
shall maintain records which show that the commitment to
provide such benefits is enforceable, that the plan or
program is financially responsible, and that the plan or
program has been communicated in writing to the laborers
or mechanics affected. and records which show the costs
anticipated or the actual cost incurred in providing such
benefits. Contractors employing apprentices or trainees
under approved programs shall maintain written evidence
of the registration of apprenticeship programs and
certification of trainee programs, the registration of _
apprentices and trainees, and the ratios and wage rates
prescribed in the applicable programs.
(ii) (A) The Contractor shall submit weekly for each week in
which any contract work is performed a copy of all
payrolls to the Owner. The payrolls submitted
shall set out accurately and completely all of the
information required to be maintained under section
5.5(a)(3)(i) of Regulations, 29 CFR Part 5. This
information may be submitted in any form desired.
Optional Form 347 is available for this purpose and
may be purchased from the Superintendent of Docu-
ments (Federal Stock Number 029-005-00014-1), U.S.
Government Printing Office, Washington, D.C. 20402. The prime Contractor is responsible for the submis-
sion -of copies of payrolls by all subcontractors.
(B) Each payroll submitted shall be accompanied by a
"Statement of Compliance," signed by the Contractor
or subcontractor or his or her agent who pays or
supervises the payment of the persons employed
under the contract and shall certify the following:
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 )
(17578 ) -SC-14
I
! 1
r
(I) That the payroll for the payroll period
contains the information required to be main-
tained under section 5.5(a)(3)(i) of 29 CFR
Part 5 and that such information is correct and
complete;
;(II) That each laborer or mechanic (including each
helper, apprentice and trainee) employed on the
contract during the payroll period has been
paid the full weekly wages earned, without
rebate, either directly or indirectly, and that
no deductions have been made either directly or
indirectly from the full wages earned, other
than permissible deductions as set forth in
Regulations, 29 CFR Part 3;
r
(III) That each laborer or mechanic has been paid
not less than the applicable wage rates and
.,,fringe benefits or cash equivalents for the
classification of work performed, as specified
in the applicable wage determination incorpora-
ted into the contract.
(C) The weekly submission of a properly executed certi-
fication set forth on the reverse side of Optional
Form 347 shall satisfy the requirement for submis-
r
sion of the "Statement of Compliance" required by
�-
paragraph (3)(ii)(B) of this subsection.
(D) The falsification of any of the above certifica-
tions may subject the Contractor or subcontractor
to civil or criminal prosecution under Section 1001
�,..,
of Title 18 and Section 231 of Title 31 of the
United State Code.
(iii) The Contractor or subcontractor shall make the
recordss required under paragraph (3)(1) of this
subsection available for inspection, copying, or
transcription by authorized representatives of the
TWDB, or the Department of Labor, and shall permit
such representatives to interview employees during
working hours on the job. If the Contractor or
subcontractor fails to submit the required records
or to make them available, the TWDB may, after
written notice to the Contractor, sponsor, appli-
cant, or owner, take such action as may be neces-
sary to cause the suspension of any further
payment, advance, or guarantee of funds. Further-
more, failure to submit the required records upon
request or to make such records available may be
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 )
(17578 ). SC-15
s:
grounds for debarment action pursuant to 29 CFR
5.12.
(4) Apprentices and Trainees.
(i)
Apprentices. Apprentices will be permitted to work at
less than the predetermined rate for the work they per-
formed when they'are employed pursuant to and individu-
ally registered in a bona fide apprenticeship program
registered with the U.S. Department of Labor, Employment
and Training Administration, Bureau of Apprenticeship
and Training, or with a State Apprenticeship Agency
recognized by the Bureau, or if a person is employed in
his or her first 90 days of probationary employment as an
apprentice in such an apprenticeship program, who is not
individually registered in the program, but who has been
certified by the Bureau of Apprenticeship and Training or
a State Apprenticeship Agency (where appropriate) to be
eligible for probationary employment as an apprentice.
The allowable ratio of apprentices to journeymen on the
job site in any craft classification shall not be greater
than the ratio permitted to the Contractor as to entire
work force under the registered program. Any worker
listed on a payroll at an apprentice wage rate, who is
not registered or otherwise employed as stated above,
shall be paid not less than the applicable wage rate on
the wage determination for the classification of work
actually performed. In addition, any apprentice
performing work on the job site in excess of the ratio
permitted under the registered program shall be paid not
less than the applicable wage rate on the wage determi-
nation for the work actually performed. Where a Contrac-
tor is performing construction on a project in a locality
other than that in which its program is registered, the
ratios and wage rates (expressed in percentages of the
journeyman's hourly rate) specified in the Contractor's
or subcontractor's'registered program shall be observed.
Every apprentice must be paid at not less than the rate
specified in the registered program for the apprentice's
level of progress, expressed as a percentage of the
journeymen hourly rate specified in the applicable wage
determination. Apprentices shall be paid fringe benefits
in accordance with theprovisionsof the apprenticeship
program. If the apprenticeship program does not specify
fringe benefits, apprentices must be paid the full amount
of fringe benefits listed on the wage determination for
the applicable classification. If the Administrator W&H,
ESA determines that a'different practice prevails for the
applicable apprentice classification, fringes shall be
paid in accordance with that determination. In the event
the Bureau of Apprenticeship and Training, or a State
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 )
(17578 )
SC-16
r--
i
j
Apprenticeship Agency recognized by,.the Bureau, withdraws
approval of an apprenticeship program, the Contractor
will no longer be permitted to utilize apprentices at
less than the applicable predetermined rate for the work
performed until an acceptable program is approved.
(ii) Trainees. Except as provided in 29 CFR 5.16, trainees
will not be permitted to work at less than the predeter-
mined rate for the work performed unless they are
employed pursuant to and individually registered in a
program which has received prior approval, evidenced by
formal certification by the U.S. Department of Labor,
Employment and Training Administration. The ratio of
trainees to journeymen of the job site shall not be
greater than permitted under the plan approved by the
Employment and Training Administration. Every trainee
must be paid at not less than the rate specified in the
approved program for the trainee's level of progress,
expressed as a percentage of the journeyman hourly rate
specified in the applicable wage determination. Trainees
shall be paid fringe benefits in accordance with the
provision of the trainee program. If the trainee program
does not mention fringe .benefits, trainees shall be paid
the full amount of fringe benefits listed on the wage
determination unless the Administrator of the Wage and
Hour Division determines that there is an apprenticeship
program associated with the corresponding journeyman wage
rate on the wage determination which provides for less
than full fringe benefits for apprentices. Any employee
listed on the payroll at a trainee rate who is not
registered and participating in a training plan approved
by the Employment and Training Administration shall be
paid not less than the applicable wage rate on the wage
C
determination for the classification of work actually
performed. In addition, any trainee performing work on
the job site in excess of the ratio permitted under the
registered program shall be paid not less than the
applicable wage rate on the wage determination for the
work actually performed. In the event the Employment and
t�
Training Administration withdraws approval of a training
program, the Contractor will no longer be permitted to
utilize trainees at less than the applicable predeter-
mined rate for the work performed until an acceptable
program is approved.
Equal employment opportunity. The Utilization of
apprentices, trainees and journeymen under this part
shall be in conformity with the equal employment
opportunity requirements of Executive Order 11246, as
r
t
amended, and 29 CFR Part 30.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 )
(17578 ) SC-17
r--
r--
(5) Compliance with Coyeland Act Reouirements. The Contractor
shall comply with the requirements of 29 CFR Part 3, which are
incorporated by reference.in this contract.
(6) .Contract -Termination: Debarment. A breach of the contract
clauses in this section may be grounds for termination of the
.contract, and for debarment as,a Contractor and a subcontrac-
tor.as provided in 29 CFR 5.12.
(7) Compliance with Davis -Bacon and Related Act Requirements.
All rulings and interpretations of the Davis -Bacon and Related
Acts contained in 29 CFR Parts 1, 3, and 5 are herein
incorporated by reference in this contract.
(8) Disputes Concerning Labor Standards. Disputes arising out of
the labor standards provisions of this contract shall not be
subject to the general disputes clause of this contract. Such
disputes shall be resolved in accordance with the procedures
of the Department of Labor set forth in 29 CFR Parts 5, 6, and
7. Disputes within the meaning of this clause include
disputes between the Contractor (or any of its subcontractors)
and the Owner,.the.U.S. Department of Labor, or the employees
or their representatives.
(9) Certification of Eligibility.
(i) By entering into this contract, the Contractor certifies
that neither it (nor he or she) nor any person or firm
who has an interest in the Contractor's firm is a person
or firm ineligible to be awarded Government contracts by
virtue of section 3(a) of the Davis -Bacon Act or 29 CFR
5.12(a)(1)•
(ii,) No part of this contract shall be subcontracted to any
person or firm ineligible for award of a Government con-
tract by virtue of section 3(a):of the Davis -Bacon Act or
29 CFR 5.12(a)(1)
(iii) The penalty for making false statements is prescribed in
the U.S. Criminal Code, 18 U.S.C. 1001.
(b) This subsection applies to any contract subject to the
Contract.Work Hours and Safety Standards Act. As used in this
subsection of the terms "laborers" and "mechanics" include
watchmen and guards.
(1) Overtime Requirements. No Contractor or subcontractor _.
contracting for any part of the contract work which may
require, or involve the employment of laborers or
mechanics shall require or permit any such laborer or
mechanic in any workweek in which he or she is employed
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 )
(17578 ) SC-18
I
on such work to work in excess of forty hours in such
workweek unless such laborer or mechanic receives com-
pensation at a rate not less than one and one-half times
the basic rate of pay for all hours worked in excess of
forty hours in such workweek.
(2) Violation; Liability for Unpaid Wages; Liquidated
Damages. In the event of any violation of the clause set
forth in paragraph (1) of this subsection the Contractor
and any subcontractor responsible therefor shall be
liable for the unpaid wages. In addition such Contrac-
tor and subcontractor shall be liable to the United
States for liquidated damages. Such liquidated damages
shall be computed with respect to each individual laborer
t
or mechanic, including watchmen and guards, employed in
violation of the clause set forth in paragraph (1) of
this subsection, in the sum of $10 for each calendar day
on which such individual was required or permitted to
work in excess of the standard workweek of forty hours
without payment of the overtime wages required by the
clause set forth in paragraph (1) of this subsection.
(3) Withholding for Unpaid Wages and Liquidated Damages. The
TWDB shall upon its own action or upon written request of
an authorized representative of the Department of Labor
withhold or cause to be withheld, from any moneys payable
on account of work performed by the Contractor or subcon-
tractor under any such contract or any other SRF
Federally funded contract with the same prime Contractor,
such sums as may be determined to be necessary to satisfy
any liabilities of such Contractor or subcontractor for
unpaid wages and liquidated damages as provided in the
clause set forth in paragraph (2) of this subsection.
i
(c) The Contractor or subcontractor shall maintain payrolls and
basic payroll records during the course of the work and shall
preserve them for a period of three years from the completion
�!
of the contract for all laborers and mechanics, including
guards and watchmen, working on the contract. Such records
shall contain the name and address of each such employee,
social security number, correct classifications, hourly rates
of wages paid, daily and weekly number of hours worked,
deductions made, and actual wages paid. The records to be
maintained under this paragraph shall be made available by the
Contractor or subcontractor for inspection, copying, or
transcription by authorized representatives of the TWDB and
the Department of Labor, and the Contractor or subcontractor
will permit such representatives to interview employees during
working hours on the job.
(LUBBOCK. TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
It (CONTRACT NO. 4 )
(17578 )
SC-19
(d) Subcontracts. The Contractor or subcontractor shall insert in
each subcontract all of the provisions contained in subsec-
tions (a), (b), (c), and (d) of this'section, and also a
clause requiring the subcontractors to include these clauses
in any lower tier subcontracts. The prime Contractor shall be
responsible for the compliance by any subcontractor or lower
tier subcontractor with all the contract clauses in this sec-
tion.
SC-22. EQUAL EMPLOYMENT OPPORTUNITY. This provision applies to any
contract which is funded in part with Federal funds through the State
Revolving Fund. During the performance of this contract, the Contractor
agrees as follows:
(1) The Contractor will -not discriminate against any employee or
applicant for employment because of race, color, religion,
sex, age, handicap, or national origin. The Contractor will
take affirmative action to ensure that applicants are
employed, and that employees are treated during employment
without regard to their race, color, religion, sex, age,
handicap, or national origin. Such action shall include, but
not be limited to the following: Employment, upgrading,
demotion, or transfer; recruitment or recruitment advertising;
layoff or termination; rates of pay or other forms of compen-
sation; and selection for 'training, including apprenticeship.
The Contractor agrees to post in conspicuous places, available
to employees and applicants for employment, notices to be
provided setting forth the provisions of this nondiscrimi-
nation clause.
(2) The Contractor will, in all solicitations or advertisements
for employees placed by or on behalf of the Contractor, state
that all qualified applicants will receive considerations for
employment without regard to race, color, religion, sex, age,
handicap, or national origin.'
(3) The Contractor will send to each labor union or representative
of workers with which he has a collective bargaining agreement
or other contract or understanding, a notice to be provided
advising the said labor union or workers' representatives of
the Contractor's commitments under this ,section, and shall
post copies of the notice in conspicuous places available to
employees and applicants for employment.
(4) The Contractor will comply with all provisions of Executive
Order 11246 of September 24, 1965,,the Age Discrimination in
Employment Act of 1967, 29 U.S.C.A. 621 (1985), Executive
Order 12250 of November 2, 1980, the Rehabilitation Act of
1973, 29 U.S.C.A. 701 et seq. (1985), and of the rules,
regulations, and relevant orders of the Secretary of Labor.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 )
(17578 ) SC-20
I �
(5) The Contractor will furnish all information and.reports
required by Executive Order 11246 of September 24, 1965, and
by rules, regulations, and orders of the Secretary of Labor,
or pursuant thereto, and will permit access to his books,
records, and accounts by the administering agency and the
Secretary of Labor for purposes.of investigation to ascertain
compliance with such rules, regulations, and orders.
r., (6) In the event of the Contractor's noncompliance with the non-
discrimination clauses of this contract or with any of the
said rules, regulations, or orders, this contract may be
canceled, terminated, or -suspended in whole or in part and the
Contractor may be declared ineligible for further Government
contracts or federally assisted construction contracts in
accordance with procedures authorized in Executive Order 11246
of September 24, 1965. and such other sanctions may be imposed
and remedies invoked as provided in Executive Order 11246 of
September 24, 1965, or by rule, regulation, or order of the
Secretary of Labor, or as otherwise provided by law.
(7) The Contractor will include the portion of the sentence
immediately preceding paragraph 1. and the provisions of
paragraphs 1. through 7. in every subcontract or purchase
order unless exempted by rules, regulations, or orders of the
Secretary of Labor issued pursuant to section 204 of Executive
Order 11246 of September 24, 1965, so that such provisions
will be binding upon each subcontractor or vendor. The Con-
tractor will take such action with respect to any subcontract
or purchase order as the administering agency may direct as a
means of enforcing such provisions, including sanctions for
noncompliance: PROVIDED, HOWEVER, That in the event a Con-
tractor becomes involved in, or is threatened with, litigation
with a subcontractor or vendor as a result of such direction
by the administering agency the Contractor may request the
United States to enter into such litigation to protect the
interest of the United States.
SC-23. REVIEW BY OWNER AND TWDB.
(a) The Owner, Engineer, authorized representatives and agents of
the Owner, and the TWDB shall, at all times have access to and
be permitted to observe and review all work, materials, equip-
ment, payrolls, personnel records, employment conditions,
material invoices, and other relevant data and records per-
taining to this Contract, provided, however that all instruc-
tions and approval with respect to the work will be given to
the Contractor only by the Owner through authorized represen-
tatives or agents.
(b) Any such inspection or review by the TWDB shall not subject
the state of Texas to any action for damages.
(LUBBOCK, TEXAS )
r (SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 )
(17578 ) SC-21
r,
SC-24. WOMEN AND MINORITY BUSINESS ENTERPRISES.
(a) This provision applies to any contract which is funded in part
with'Federal funds through the State Revolving Fund.
(b) The Contractor shall, if awarding subagreements, to the extent
appropriate for;the goals listed in the instructions to
bidders make a good faith effort to utilize minority and women
business when possible as sources of supplies, construction
and services by taking the following steps.
.(1) Including qualified small, minority, and women's _
businesses on solicitation lists:-
(2) Assuring that small, minority, and women's businesses are
solicited whenever they are 'potential sources;
(3) Dividing total requirements, when economically feasible,
into small tasks or quantities to permit maximum parti-
cipation of small, minority., and women's businesses:
(4) Establishing delivery schedules, where the requirements
of the work permit, which will encourage participation by
small, minority, and women's businesses;
(5) Using the services and assistance of the Small Business
Administration and the Office of Minority Business
Enterprise of. -the U.S. Department of Commerce, as
appropriate.;
(c) The Contractor shall submit to Owner information on utiliza-
tion of minority and women businesses enterprises within 30
days of entering into an agreement with a minority or women
business enterprise. The information shall include the
information called for by the Minority and Women's Business
Enterprise Participation form SRF 373."
(d) The Contractor shall maintain a documentation file on all
efforts to obtain Minority and Women Business Participation.
SC-25. DEBARMENT AND SUSPENSION. This contract is subject to 40 CFR
Part 32 regarding the debarment and suspension of firms, persons, and
affiliates. The Contractor shall not enter into any agreement with any
firm, person, or affiliate who is listed on the current Master List of
debarments, suspensions, and voluntary exclusions.
(LUBBOCK, TEXAS )
(SEWAP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 )
(17578 ) SC-22
F
F
F
a
EXHIBIT A TO SPECIAL CONDITIONS
ENGINEER''S CONSTRUCTION PHASE DUTIES
SECTION A. PROJECT ADMINISTRATION
Engineer will perform project administration services during the
construction phase of the project. By performing these services,
Engineer shall not have authority or responsibility to supervise,
direct, or control Contractor's work or Contractor's means, methods,
techniques, sequences, or procedures of construction. Engineer shall
not have authority or responsibility for safety precautions and programs
incident to Contractor's work or for any failure of Contractor to comply
with laws, regulations, rules, ordinances, codes, or orders applicable
to Contractor furnishing and performing the work. Specific services to
be performed by Engineer are as follows:
1. Prepare and distribute conforming copies of the construction
contract documents. These services will include review of
Contractor's bonds and Contractor executed construction
contract documents to determine that their contents comply
with the requirements of the specifications, furnishing the
Contractor unsigned construction contract documents, and
transmitting the construction contract documents to Owner for
signature and distribution.
2. Review Contractor's insurance certificates and forward the
certificates to Owner for acceptance by Owner's legal
counsel. Engineer's review of the insurance certificates for
content is only for the purpose of determining if the
Contractor maintains the general types and amounts of
insurance required by the specifications, and is not a legal
review.to determine if Contractor's insurance coverage
complies with all applicable requirements.
3. Distribute one reproducible set of the construction contract
drawings and specifications to the successful bidders.
4. At a date and time selected by the Owner and at a facility
provided by the Owner, conduct a preconstruction conference
for each contract. Engineer shall prepare an agenda for the
conference, and prepare and distribute minutes. The
preconstruction conference shall include a.discussion of
Contractor's tentative schedules, procedures for transmittal
and review of Contractor's submittals, processing payment
applications, critical work sequencing, change orders, record
documents, and Contractor's responsibilities for safety and
first aid.
F 062791
A-1
5. Review and comment on the Contractor's initial and updated
construction schedule and advise Owner as to acceptability.
6. Analyze Contractor's construction schedule, activity
sequence, and construction procedures as applicable to
Owner's ability to keep existing facilities in operation.
Advise Owner and Contractor of items needing further review
and consideration.
7. Review the Contractor's initial and updated schedule of
estimated monthly payments and advise Owner as to
acceptability within 10 days following receipt in Engineer's
office.
8. Make periodic visits to the construction site to observe
progress of the work, and consult with the Owner and
Contractor concerning problems and progress of the work.
9. Review drawings and other data submitted by Contractor as
required by the construction contract documents. Engineer's
review shall be for general conformity to the construction
contract drawings and specifications for the project and
shall not relieve the Contractor of any of his contractual
responsibilities. Such reviews shall not extend to means,
methods, techniques, sequences, or procedures of construc-
tion, or to safety precautions and programs incident thereto.
10. Receive and review guarantees, bonds and certificates of
inspection, and tests and approvals to determine that their
content complies with the requirements of construction
contract documents, and which are to be assembled by the
Contractor in accordance with the construction contract
documents and transmit them to Owner..
11. Interpret construction contract drawings when requested by
the Owner or Contractor and issue written interpretations to
the Owner and Contractor. If authorized by the Contractor,
Engineer may interpret construction contract drawings and
specifications upon request by subcontractors and suppliers.
Review proposals for field changes prepared by Contractor and
issue.written review comments to the Owner and Contractor.
12. Review and process Contractor's monthly payment requests, and
forward to the Owner if appropriate. Engineer's review shall
be for the purpose of making a full independent mathematical
check of Contractor's payment request. If Engineer provides
Resident Project Representative, Engineer is responsible for
verifying the quantities of work which are the basis of the
payment requests.
062791 A-2
F
r
13. Provide documentation and administer the processing of change
orders, including applications for extension of construction
time. Evaluate the cost and scheduling aspects of all change
orders and, where necessary and with approval of Owner,
negotiate with the Contractor to obtain a fair price for the
work. Said negotiation shall be subject to the approval of
the Owner.
14. Upon completion of the project, revise the construction
contract drawings to conform to the construction records.
Submit one copy of the mylars to Owner within 60 days
following Engineer's receipt of Record Drawings from the
Contractor and Resident Project Representative.
15. Act as initial arbiter on all claims of Owner and Contractor
relating to the acceptability of the work or the
interpretation of the requirements of the construction
contract documents pertaining to the execution and progress
of the work.
16. Analyze data from performance testing of equipment by
Contractor or supplier when the construction contract
documents require the equipment to be tested after
installation. Submit conclusions to Owner within 21 days
after completion of the test and receipt of all test data.
17. Upon substantial completion of each construction contract,
inspect the construction work and prepare a listing of those
items to be completed or corrected before final completion of
the project. Submit results of the inspection to Owner and
Contractor.
18. Upon completion or correction of the items of work on the
punch list, conduct a final inspection to determine if the
work is completed. Provide written recommendations
concerning final payment to Owner, including a list of items,
rj if any, to be completed prior to the making of such payment.
�J 19. Provide assistance to Owner, as requested, in completing
State Revolving Fund (SRF) forms for partial payment requests
and the final payment request.
20._ Provide assistance to Owner as requested for final
certification of the project to the TNOB.
21. Advise Owner of defective or neglected work by the
Contractor.
22. Advise Owner of Contractor's or other's filing of unreason-
able or an extensive number of claims.
062791 A-3
7
SECTION,B. RESIDENT SERVICES DURING CONSTRUCTION
Engineer will furnish a full-time Resident Project Representative and
such assistant Resident Project Representatives 'as may be required on
the work.
The Resident Project Representative and assistants will observe the
Contractor's work and perform the services listed below. The Resident
Project Representative shall not have responsibility for the superin-
tendence of construction site conditions, safety, safe practices or
unsafe practices or conditions, operation, equipment, or personnel other
than employees of the Engineer. This service will in no way relieve the
Contractor of complete supervision of the work or the Contractor's obli-
gation for complete compliance with the drawings and specifications.
The Contractor shall have sole responsibility for safety and for
maintaining safe practices and avoiding unsafe practices or conditions.
Specific services performed by the Resident Project Representative and
assistants are as follows:
A. Site Observations and Liaison with Owner and Contractor(s)
1. Conduct onsite observations of the general progress of the _
work to assist Engineer in determining if the work is
proceeding in accordance with the construction contract
documents.
2. Serve as Engineer's liaison with Contractor, working
principally through Contractor's superintendent, and assist
Engineer in providing interpretation of the construction
contract documents. Transmit Engineer's clarifications and
interpretations of the construction contract documents to
Contractor.
3. Assist Engineer in serving as Owner's liaison with Contractor
when Contractor's operations affect Owner's onsite operation.
4. As requested by Engineer, assist in obtaining from Owner
additional details or information regarding plant operations
and facilities when required at the jobsite for proper _
execution of the work.
5. Consult with the Owner and the Contractor and prepare written
documentation of the consultations to the Engineer,'Owner,
and Contractor, giving opinions and suggestions based on his
(Resident Project Representative's) observations regarding
defects or deficiencies in the Contractor's work and relating
to compliance with drawings, specifications, and design
concepts.
062791 A-4
F
t 6. Advise Enggineer and Contractor or its superintendent
immediately of the commencement of any work requiring a shop
drawing or sample submission if the submission has not been
accepted by Engineer.
7. Monitor changes of apparent integrity of the site (such as
differing site conditions, existing structures, and site -
related utilities when such utilities are exposed) resulting
from construction -related activities.
k 8. Observe pertinent site conditions when Contractor maintains
that differing site conditions have been encountered and
document actual site conditions.
9. Review and prepare written comments on Contractors' construc-
tion sequence for all construction work undertaken
L simultaneously.
` 10. Contact utilities in the general construction area and advise
them of Contractor's schedule. Assist in coordinating
scheduling of utility activities as so to minimize conflicts
with Owner's activities.
11. Furnish Contractor information on the necessary base lines
and control points which will be used as datum for the work.
Actual construction staking will be done by the Contractor.
12. Visually inspect materials, equipment, and supplies delivered
to the worksite. Reject materials, equipment, and supplies
which do not conform to the construction contract documents.
13. Coordinate onsite materials testing services during construc-
tion. Copies of testing results with appropriate Resident
Project Representative's comments will be forwarded to Owner
for review and information.
14. Observe field tests of equipment, structures and piping, and
review the resulting reports, commenting to Owner as
appropriate.
�i B. Outside Liaison Services
1. Accompany visiting inspectors representing public or other
ii agencies having jurisdiction over the project. Record the
�I results of these inspections and report to Engineer.
062791
is
A-5
7
C. Meetings, Reports, and Document Review and Maintenance
1. Attend the preconstruction conference, and assist Engineer in
explaining administrative procedures which will be followed
during construction.
2. Prepare for and attend monthly progress meetings, and other
meetings when deemed necessary, with the Owner and Contractor
to review and discuss construction procedures and progress
scheduling, engineering management procedures, and other
matters concerning the project.
3. Submit to the Owner weekly construction progress reports
containing a summary of the'Contractor ' s progress, general
conditions of the work, problems, and resolutions or proposed
resolutions of problems.
4. Review the progress schedule, schedule of shop drawings
submissions, and schedule of values prepared by Contractor
and consult with Engineer concerning their acceptability.
5. Report to Engineer, with a copy of the report to the Owner,
whenever work is known to be defective, or does not meet the
requirements of any inspections, tests or approval required
to be made, or has been damaged prior to final payment, and
advise Engineer when the work should be corrected or rejected
or should be uncovered for observation, or requires special
testing, inspection, or approval.
6. Review applications for payment with Contractor for
compliance with the established procedure for their
submission and forward them with recommendations to Engineer,
noting particularly their relation to the schedule of values,
work completed, and materials and equipment delivered at the
site but not incorporated into the work.
7.' Record date of receipt of shop drawings and samples. Receive
samples which are furnished at the site by Contractor, and
notify Engineer of their availability for examination.
8. During course of the work, verify that certificates,
maintenance and operation manuals and other data required to
be assembled and furnished by Contractor are applicable to
the items actually installed; and deliver this material to
the Engineer for his review and forwarding to Owner prior to
final acceptance of the work.
9. Maintain a marked set of record drawings and specifications
at the jobsite based on data provided by the Contractor.
This information will be combined with information maintained
062791 A-6
by the Contractor and a master set of record documents
submitted by the Resident Project Representative to the
Engineer.
10. Review certificates of inspections, testings, and related
approvals submitted by the Contractor in compliance with or
required by laws, rules, regulations, ordinances, codes,
orders, or the Contract Documents (but only to determine that
their content complies with the requirements of, and results
certified indicate compliance with, the construction contract
documents). This service is limited to a review of items
submitted by the Contractor and does not extend to a
determination of whether the Contractor has complied with all
legal requirements.
r
11. Maintain the following documents at the jobsite.
a. Correspondence files.
(�
b. Reports of job conferences,.meetings, and discussions
I
among the Engineer, Owner, and Contractor.
C. Shop drawings and samples submissions.
d. Reproductions of original construction contract
documents.
(�
t
e. Addenda.
f. Change orders.
g. Field orders.
h. Additional drawings issued subsequent to execution of
the construction contract documents
i. Engineer's clarifications and interpretations of the
construction contract documents.
j. Progress reports.
k. Names, addresses, and telephone numbers of all
contractors, subcontractors, and major suppliers of
ll materials and equipment.
12. Maintain a daily diary or log book of events occurring at the
jobsite, including the following information:
r" 062791
a. Contractor's hours on the jobsite.
A-7
r
b. Contractor and subcontractor personnel on jobsite.
C. Construction equipment on jobsite and hours of use.
d. Observed delays and causes.
e. Weather conditions.
f. Data relative to questions of extras or deductions.
g. List of visitors.
h. Daily activities.
i. Decisions.
j. Observations connected with the progress of the work.
k. Materials received on jobsite.
The diary or log book shall remain the property of the
Engineer.
D. Assistance in Certification of Substantial Completion
1. Before Engineer issues a Certificate of Substantial
Completion, submit to Contractor a list of observed items
requiring completion or correction.
2. Assist Engineer in conducting final inspection in the
companies of Owner and Contractor, and -prepare a final list
of items to be completed or corrected.
3. Verify that all items on the final list have been completed
or corrected and make recommendations to Engineer concerning
acceptance.
062791 . A-8
TO
NOTICE OF ACCEPTANCE
The City of Lubbock, having considered the proposals submitted and opened on the day of
199_, for work to be done and materials to be furnished in and for:
as set forth in detail in the specifications, Plans, and Contract Documents for such work for the City of Lubbock;
it appearing that your proposal is fair, equitable and to the best interest of said City, please take notice that
said proposal was accepted by the City Council of the City of Lubbock on the day of 199_ at
the bid price contained therein, subject to the execution of and furnishing of all contract documents, bonds, cer-
tificates of insurance, and all other documents specified and required to be executed and furnished under the con-
tract documents. It will be necessary for you to execute and furnish to the City of Lubbock all such documents
within ten (10) days from your receipt of this Notice.
The five percent (5%) bid security, submitted with your proposal, will be returned upon the execution of
such contract documents and bonds within the above specified ten (10) day period. In the event you should fail to
execute and furnish such contract documents and bonds within the time limit specified, said bid security will be re-
tained by the City of Lubbock.
CITY OF LUBaOCK
Owners Representative
.47-
THIS PAGE LEFT BLANK INTENTIONALLY
xxN
O
1t�
f.1
W
V
W
a
a
THIS PAGE LEFT BLANK'*INTENTIONALLY
I
r
IF,
F
SPECIFICATIONS
AND
DOCUMENTS
LUBBOCK, TEXAS
SEWRP IMPROVEMENTS & EXPANSION
CONTRACT NO. 4
WATER RECLAMATION PLANTS 2 & 3,
LABORATORY IMPROVEMENTS AND
DEMOLITION OF PLANT 1
BLACK & VEATCH
Dallas, Texas
Project No. 17578.340
1992
Specifiers: RGM, TRL, JES, TFS, JRV, RWP
7
r
4
I
TABLE OF CONTENTS
Subiect Pages
VOLUME 1
SPECIFICATIONS
DIVISION 1
- GENERAL REQUIREMENTS
01015
Project Requirements
1 :
8
Eo
01070
Abbreviations
1 :
3
s '
01300
Submittals
1 :
'10
01400
Quality Control
1
2
01500
Temporary Facilities
1
5
01610
General Equipment Stipulations
1
7
01620
Equipment Schedule
1
3
r
01630
Pipeline Schedule
1
4
01640
Valve and Flow Element Schedule
1
2
DIVISION 2
02050
- SITEWORK
Demolition and Modifications
1 :
7
02200
Earthwork
1 :
15
02250
Trench Protective Systems
1 :
2
02480
Landscaping
1 :
2
02525
Drives and Sidewalks
1 :
7
02605
Sewer Manholes
1 :
5
Prestressed Concrete Cylinder Pipe
1 :
13
j02612
02619
Concrete Culvert Pipe
1 :
3
II
02628
Polyvinyl Chloride (PVC) Sewer Pipe
1 :
2
02675
Disinfection
1 :
3
02702
Sewer Pipe Installation and Testing
1 :
4
1'
02704
Pipeline Pressure and Leakage Testing
1
: 3
02832
Chain Link Fencing
1
: 3
DIVISION 3
- CONCRETE
03300
Cast -in -Place Concrete
1
: 19
03410
03600
Prestressed Concrete Wall Panels
Grout
1
1
: 6
: 3
DIVISION 4
- MASONRY
04200
Building Masonry
1
: 11
DIVISION 5
- METALS
05550
Anchor Bolts and Expansion Anchors
1
: 2
05990
Structural and Miscellaneous Metals
1
: 14
t
DIVISION 6
06090
- WOOD AND PLASTICS
Carpentry
1
: 2
06190
Prefabricated Wood Roof Support System
1
: 4
06600
Fiberglass Reinforced Plastic Fabrications
1
: 2
06620
Plastic Sheet Liner
1
: 6
(LUBBOCK. TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
` (CONTRACT NO. 4 )
(17578 ) TC-1
r
TABLE OF CONTENTS (Continued)
Subiect Parses
DIVISION 7 -
THERMAL AND MOISTURE PROTECTION
07160
Bituminous Dampproofing
1 :
1
07240
Exterior Finish System
1 :
5
07320
Mission Roofing Tile
1 :
1
07531
Single -Ply Roofing, Mechanically Fastened
1 :
6
07540
Elastomeric Deck Coverings
1 :
2
07600
Sheet Metal
1 :
3
07900
Caulking
1 :
3
DIVISION 8 -
DOORS AND WINDOWS
08110
Steel Frames
1 :
3
08112
Stainles Steel Doors
1 :
4
08200
Wood Doors
1 :
1
08330
Rolling Stainless Steel Door
1 :
3
08410
Aluminum Entrances and Assemblies
1 :
4
08700
Finish Hardware
1 :
4
08800
Glass and Glazing
1 :
3
DIVISION 9
- FINISHES
09250
Gypsum Wallboard
1 :
5
09310
Ceramic Tile
1 :
4
09510
Suspended Acoustical Ceilings
1 :
3
09660
Resilient Floor Coverings
1
: 3
09680
Carpet
1 :
2
09820
Cementitious Coating
1
: 2
09850
Elastomeric Solventless Polyurethane Liner
1
: 4
09900
Painting
1
: 15
09950
Vinyl Wall Covering
1
: 3
DIVISION 10
- SPECIALTIES
10300
Louvers
1
: 1
10990
Miscellaneous Specialties
1
: 2
VOLUME 2
DIVISION 11
- EQUIPMENT
11140
Vertical Diffusion Vane Pumps
1
: 12
11160
Progressing Cavity Pumps
1
: 9
11185
Submersible Sump Pumps
1
: 5
11370
Bio-Tower Filter Rotary Distributors
1
: 3
11430
Clarifying Equipment
1
: 16
11570
Diffused Aeration Equipment
1
: 16
11652
Odor Control Dampers and Shutoff Valves
1
: 3
11950
Laboratory Equipment
1
: 3
DIVISION 12
- FURNISHINGS
12625
Laboratory Furniture
1
: 8
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 )
(17578 ) TC-2
F",
TABLE OF CONTENTS (Continued)
Subiect Pages
DIVISION 13 - SPECIAL CONSTRUCTION
13221
Bio-Tower Filter Media
1 :
10
13400
Instrumentation
1 :
17
13500
Supervisory Control and Data Acquisition
1 :
7
System
13520
Computer System Software
1 :
3
13530
Remote Terminal Units
1 :
5
13540
Communications Equipment
1 :
1
DIVISION 14
- CONVEYING SYSTEMS
14630
Traveling Bridge Crane
1 :
8
DIVISION 15
- MECHANICAL
15060
Miscellaneous Piping
1 :
21
15061
Cast Iron Pipe
1 :
12
15062
Steel Pipe
1
: 16
15065
Fiberglass Reinforced Plastic Pipe
1
: 7
15100
Miscellaneous Valves
1
: 16
15101
Butterfly Valves
1
: 11
15102
Eccentric Plug Valves
1
: 7
15104
Resilient -Seated Gate Valves
1
: 4
15112
Sluice Gates
1
: 7
15114
Slide Gates
1
: 7
15130
Pressure Gauges
1
: 4
15140
Pipe Supports
1
: 7
15400
Plumbing
1
: 5
15500
Heating, Ventilating, and Air Conditioning
1
: 17
DIVISION 16 - ELECTRICAL
16050
Electrical
1
: 22
16150
Adjustable Frequency Drives
1
: 12
16200
Communication System
1
: 6
16310
Secondary Integral Unit Substations -
1
: 6
Liquid -Filled
16395
Medium -Voltage Motor Control Equipment
1
: 7
16480
600 Volt Class Motor Control Centers
1
: 7
FIGURES
Number Title
1-02200 Embedments for Conduits
1-02605 Details of Standard Manholes
2-02605 Details of Standard Manholes
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 )
(17578 ) TC-3
Following Page
02200-15
02605-5
02605-5
TABLE OF. CONTENTS (Continued)
Number
Title
1-02612
Maximum Joint Opening for Deflected Rubber
and Steel Joints - Prestressed Concrete
Cylinder Pipe
1-11430
Anchor Bolt Detail at Center Support
2-11430
Rotating Weir
1-11570
Dissolved Oxygen Measurements
2-11570
Sample Plotting of Oxygen Transfer Data
3-11570
Aeration Manifold and Air Distributor
Supports
1-13400
Instrument Calibration Report
1-15062
Dimensions for Steel Pipe Fittings
1-15130
Gauge Installation Details - Steel Pipe,
2 Inch and Smaller
2-15130
Gauge Installation Details - Steel Pipe,
2-1/2 Inch and Larger
3-15130
Gauge Installation Details - Ductile_ Iron
Pipe, 6 Inch and Smaller
4-15130
Gauge Installation Details - Ductile Iron
Pipe, 8 Inch and Larger
5-15130
Gauge Installation Details - Rigid Copper
Tubing
6-15130
Gauge Installation Details - PVC Pipe
7-15130
Gauge Installation Details - FRP Pipe,
4 Inch and Smaller
8-15130
Gauge Installation Details - FRP Pipe,
6 Inch and Larger
9-15130
Gauge Installation Details - Inline Flow-
Thru Diaphragm Seal
10-15130
Gauge Installation Details - Gauge Isolator
1-15140
Pipe Hangers
2-15140(a)
Hangers and Supports
2-15140(b)
Hangers and Supports
1-16050
600 Volt, Single Conductor Lighting
Cable (THHN-THWN)
2-16050
600 Volt, Single Conductor Lighting/Power
Cable (XHHW)
3-16050
600 Volt, Single Pair Shielded
Instrument Cable
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 )
(17578 ) TC-4
Following Page
02612-13
11430-16
11430-16
11570-16
11570-16
11570-16
13400-17
15062-16
15130-4
15130-4
15130-4
15130-4
15130-4
15130-4
15130-4
15130-4
15130-4
15130-4
15140-7
15140-7
15140-7
16050-17
16050-17
16050-17
TABLE OF CONTENTS (Continued)
Number
Title
4-16050
600 Volt, Single Triad Shielded
Instrument Cable
5-16050
600 Volt, Multiple Pair and/or Triad
Shielded Instrument Cable
6-16050
600 Volt, Multiconductor, No. 14
AWG Control Cable (THHN-THWN)
7-16050
600 Volt, Multiconductor, No. 12
AWG Control Cable (THHN-THWN)
8-16050
8,000 Volt, Single Conductor Power Cable
(EPR)
9-16050
15,000 Volt, Single Conductor Power Cable
(EPR)
10-16050
Cable Test Data Form
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 )
(17578 ) TC-5
Following Page
16050-17
16050-17
16050-17
16050-17
16050-17
16050-17
16050-17
determine that the products proposed are equivalent to those named.
Such items shall be submitted for review by the procedure set forth in
the submittals section.
Requests for review of equivalency will not be accepted from anyone;
except Contractor, and such requests will not be considered until after
the contract has been awarded.
7. PREPARATION FOR SHIPMENT. All materials shall be suitably packaged
to facilitate handling and 'protect against damage during transit and
storage. Painted surfaces shall be protected against impact, abrasion,
discoloration, contamination by road salts, and other damage. All
painted surfaces which are damaged prior to acceptance of equipment
shall be repainted to the satisfaction of Engineer.
Each item, package, or bundle of material shall be tagged or marked as
identified in the delivery schedule or on the Shop Drawings. Complete
packing lists and bills of material shall be included with each ship-
ment.
8. SALVAGE OF MATERIALS AND EQUIPMENT. Existing materials and
equipment removed, and not reused, as a part of the Work shall become
Contractor's property.
Contractor shall carefully remove in a manner to prevent damage all
materials and equipment specified or indicated to be salvaged and reused
or to remain property of Owner. He shall store and protect salvaged
items specified or indicated to be reused in the Work.
Specific equipment to be salvaged should include the following: jib
cranes at Plants No. 1 and No. 2; No. 7 and No. 8 effluent pump motors;
No. 7 and No. 8 effluent pump motor control center, SPS pumps and
motors, and electrical disconnects; three (3) 2000 Series Moyno pumps
(Plants No. 1 and No. 2); chlorine storage overhead crane; air
conditioning unit, heating unit from temporary lab; and Plant No. 2
motor control center.
Salvaged items not to be reused in the Work, but to remain Owner's
property, shall be delivered by Contractor in good condition to Owner at
a place designated by the Owner.
Any items damaged in removal, storage, or handling through carelessness
or improper procedures shall be replaced.by Contractor in kind or with
new items.
Contractor may at his option furnish and install new items in lieu of
those specified or indicated to be salvaged and reused, in which case
such removed items will become Contractor's property.
Existing materials and equipment removed by Contractor shall not be
reused in the Work except where so specified or indicated.
(LUBBOCK, TEXAS }
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 01015 -
(17578 ) =2-
I
F
9. LAND FOR CONSTRUCTION PURPOSES. Contractor will be permitted to
use available land belonging to Owner; on the site of the'Work, for
construction purposes and for the storage of materials and equipment.
The location and extent of the areas so used shall be as indicated on
the drawings.
Contractor shall immediately move stored materials or equipment if any
occasion arises, as determined by Owner, requiring access to the storage
area. Materials or equipment shall not be placed on the property of
Owner until Owner has agreed to the location to be used for storage.
10. OPERATION OF EXISTING FACILITIES.. The existing treatment plant
must be kept in continuous operation throughout the construction period.
No interruption will be permitted which adversely affects the degree of
service provided. Provided permission is obtained from Owner in
advance, portions of the existing facilities may be taken out of service
for short periods corresponding with periods of minimum service demands.
Contractor shall provide temporary facilities and make temporary modifi-
cations as necessary to keep the existing facilities in operation during
the construction period. The Contractor's attention is directed to the
submittals section pertaining to construction schedule.
11. NOTICES TO OWNERS AND AUTHORITIES. Contractor shall, as provided
in Special Conditions, notify owners of adjacent property and utilities
when prosecution of the Work may affect them.
When it is necessary to temporarily deny access to their property, or
when any utility service connection must be interrupted, Contractor
shall give notices sufficiently in advance to enable the affected
persons to provide for their needs. Notices will conform to any
applicable local ordinance and, whether delivered orally or in writing,
will include appropriate information concerning the interruption and
instructions on how to limit their inconvenience.
Utilities and other concerned agencies shall be contacted at least
24 hours prior to cutting or closing streets or other traffic areas or
excavating near underground utilities or pole lines.
12. LINES AND GRADES.- All Work shall be done to the lines, grades,
and elevations indicated on the drawings.
Basic horizontal and vertical control points will be established'or
designated by Engineer. These points shall be used as datum -for the
Work. All additional survey, layout, and measurement Work shall be
performed by Contractor as a part of the Work.
Contractor shall provide an experienced instrument person, competent
assistants, and such instruments, tools, stakes, and other materials
required to complete the survey, layout, and measurement Work.. In
addition, Contractor shall furnish, without charge, competent persons
(LUBBOCK, TEXAS
(SEWRP IMPROVEMENTS
(CONTRACT NO. 4
(17578
& EXPANSION)
01015
-3-
from his force and such tools, stakes, and other materials as Engineer
may require in establishing or designating control points, or in
checking survey, layout, and measurement Work performed by Contractor.
Contractor shall keep Engineer informed, a reasonable time in advance,
of the times and places at which he wishes to do Work, so that horizon-
tal and vertical control points may be established and any checking
deemed necessary by Engineer may be done with minimum inconvenience to
Engineer and minimum delay to Contractor.
Contractor shall remove and reconstruct Work which is improperly
located.
13. CONNECTIONS TO EXISTING FACILITIES. Unless otherwise specified or
indicated, Contractor shall make all necessary connections to existing
facilities, including structures, drainlines, and utilities such as
water, sewer, gas, telephone, and electric. In each case, Contractor
shall receive permission from Owner or the owning utility prior to
undertaking connections. Contractor shall protect facilities against.
deleterious substances and damage.
Connections to existing facilities which are in service shall be thor-
oughly planned in advance, and all required equipment, materials, and
labor shall be on hand at the time of undertaking the connections. Work
shall proceed continuously (around the clock) to complete connections
in the minimum time. Operation of valves or other appurtenances on
existing utilities, when required, shall be by or under the direct
supervision of the owning utility.
14. UNFAVORABLE CONSTRUCTION CONDITIONS. During_ unfavorable weather,
wet ground, or other unsuitable construction conditions,^the Contractor
shall confine his operations to work which will not be affected adver-
sely by such conditions. Noportion of the Work shall be constructed
under conditions which would affect adversely the quality or efficiency
thereof, unless special means or precautions are taken by Contractor to
perform the work in a proper and satisfactory manner.
15. CUTTING AND PATCHING. Contractor shall perform all cutting and
patching required for the Work, and as may be necessary in connection
with uncovering Work for inspection or for the correction of defective
Work. -
Contractor shall perform.all cutting and patching required for and in
connection with the Work including, but not limited to, the following:
Removal of improperly timed Work.
Removal of samples of installed materials for testing.
Alteration of existing facilities.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION) -
(CONTRACT NO. 4 ) 01015
(17578 ) -4-
r
r
p
s
f
Installation of new Work in existing facilities.
Contractor shall provide: all shoring, bracing, supports, and protective
devices necessary to safeguard all Work and existing facilities during
cutting and patching operations. Contractor shall not undertake any
cutting or demolition which may affect the structural stability of the
Work or existing facilities without Engineer's concurrence.
Materials shall be cut and removed to the extent indicated on the draw-
ings or as required to complete the Work. Materials shall be removed in
a careful manner with no damage to adjacent facilities or materials.
Materials which are not salvable shall be removed from the site by
Contractor.
All Work and existing facilities affected by cutting operations shall be
restored with new materials, or with salvaged materials acceptable to
Engineer, to obtain a finished installation with the strength, appear-
ance, and functional capacity required. If necessary, entire surfaces
shall be patched and refinished.
16. ASBESTOS REMOVAL. Areas known to contain asbestos products are
identified on the drawings. Contractor shall engage an asbestos removal
subcontractor to verify the materials and, if necessary, encapsulate,
enclose, or remove and dispose of all asbestos in accordance with
current regulations of the Environmental Protection Agency and the U. S.
Department of Labor - Occupational Safety and Health Administration, the
state asbestos regulating agency, and any local government agency. If,
during the progress of the Work, additional suspected asbestos
containing products are identified, Contractor shall stop work in the
affected area and engage the asbestos removal subcontractor to handle
such materials in a similar manner. Payment for such additional work
will be made by Change Order.
16.01. Subcontractor's Qualifications. The subcontractor for asbestos
removal shall be regularly engaged in this type of activity and shall be
familiar with the regulations which govern this work. The subcontractor
shall demonstrate to the satisfaction of Owner that he has successfully
completed at least three asbestos removal projects, that he has the
necessary manpower and equipment to perform the work, and that he has an
approved site for disposal of the asbestos. The Subcontractor shall
carry insurance as specified in the General Conditions.
16.02. Removal Methods. The asbestos removal subcontractor shall
submit a work plan of his proposed removal procedure to Owner before
beginning work, and shall certify that the methods are in full com-
pliance with the governing regulations. The work plan shall cover all
aspects of the removal, including health and safety of employees and
building occupants, hygiene facilities, employee certification, clear-
ance criteria, transportation and disposal, enclosure techniques, and
other techniques appropriate for the proposed work.
(LUBBOCK, TEXAS
(SEWRP IMPROVEMENTS
(CONTRACT NO. 4
(17578
& EXPANSION)
01015
-5-
16.03. Familiarization with the Work. The asbestos removal Subcon-
tractor shall visit the site of the Work to determine the necessary
equipment required for completion of the Work. Owner has identified
specific structures in which asbestos -containing buildingmaterialshave
been identified.. If, during the progress of the Work, other suspected
asbestos -containing materials are identified, Contractor shall stop work
and allow the asbestos removal Subcontractor to verify and, if,
necessary, remove and dispose of the materials. Payment for removal of
additional asbestos -containing materials not specifically identified on
the Drawings will be made by Change Order
17. CLEANING UP. Contractor shall keep the premises free at all times
from accumulations of waste materials and rubbish. Contractor shall
provide adequate trash receptacles about the site, and shall promptly
empty the containers when filled:
Construction materials such as concrete forms and scaffolding shall be
neatly stacked by Contractor when not in use. Contractor.shall promptly
remove splattered concrete, asphalt, oil, paint, corrosive liquids, and
cleaning solutions from surfaces to prevent- marring or.other damage.
Volatile wastes shall be properly stored in covered metal containers and
removed daily.
Wastes shall not be buried or burned on the site or disposed of into
storm drains, sanitary sewers, streams, or waterways. All wastes shall
be removed from the site and disposed of in a manner complying with
local ordinances and antipollution laws.
Adequate cleanup will be a condition for recommendation of progress
payment applications.
18. APPLICABLE CODES. References in the Contract Documents to local
codes mean any applicable Federal, State, and Municipal laws, codes, and
regulations, including but not limited to, the requirements of the most
recent Occupational Safety.and Health Act and the Texas Occupational
Safety Law and any other codes used, required or adopted by the City of
Lubbock, Texas. Contractor shall take appropriate safety and health
precautions to protect the Work, workers, public, and the property of
others.
Other standard codes which apply to the Work are designated in the
specifications.
19. REFERENCE STANDARDS. Reference to standards, specifications,
manuals, or codes of any technical society, organization, or associa-
tion, or to the Laws or Regulations of any governmental authority,
whether such reference be specific or by implication, shall mean the
latest standard specification, manual, code, or Laws or Regulations in
effect at the time of opening of Bids (or on the Effective Date of the
Agreement if there were no Bids), except as may be otherwise specifi-
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 01015
(17578 ) -6-
r-
i
tally stated. However, no provision of any referenced standard, speci-
fication, manual, or code (whether or not specifically incorporated by
reference in the Contract Documents)-shall.be effective to change the
duties and responsibilities of Owner, Contractor, or Engineer, or any of
their Consultants, agents, or employees from those set forth in the Con-
tract Documents, nor shall it be effective to assign to Engineer, or any
of Engineer's Consultants, agents, or employees, any duty or authority
to supervise or direct the furnishing or performance of the Work.
20. PRECONSTRUCTION CONFERENCE. Prior to the commencement of Work at
the site, a preconstruction conference will be held at a mutually agreed
time and place. The conference shall be attended*by:
� Contractor and his superintendent.
Principal Subcontractors.
j3l
Representatives of principal suppliers and manufacturers as
,r„ appropriate.
Engineer and his Resident Project Representative.
Representatives of Owner.
Governmental representatives as appropriate.
Others as requested by Contractor, Owner, or Engineer.
Unless previously submitted to Engineer, Contractor shall bring to the
conference a preliminary schedule for each of the.following:
Progress.
Procurement.
Values for progress payment purposes.
Shop Drawings and other submittals.
The purpose of the conference is to designate responsible personnel and
establish a working relationship. Matters requiring coordination will
be discussed and procedures for handling such matters established. The
agenda will include:
Contractor's preliminary schedules.
Transmittal, review, and distribution of Contractor's submittals.
Processing applications for payment.
Maintaining record documents.
A - (LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 01015
(17578 ) -7-
F:
Critical Work sequencing.
Field decisions and Change Orders.
Use of premises, office and storage areas, security, housekeeping,
and Owner's needs.
Major equipment deliveries and priorities.
Contractor's assignments for safety and .first aid.
Engineer will preside at the conference and will arrange for keeping the
minutes and distributing the minutes to all persons in attendance.
21. PROGRESS MEETINGS. Contractor shall schedule and hold regular
progress meetings at least monthly and at other times as requested by
Engineer or required by progress of the Work. Contractor, Engineer.
and all Subcontractors active on the site shall be represented at each
meeting. Contractor may at his discretion request attendance by repre-
sentatives of his suppliers, manufacturers, -and other Subcontractors.
Contractor shall preside at the meetings. Minutes will be prepared and
distributed by Contractor. The purpose of the meetings will be to
review the progress of the Work, maintain coordination of efforts,
discuss changes in scheduling, and resolve other problems which may
develop.
22. SITE ADMINISTRATION. Contractor shall be responsible for all areas
of the site used by him, and all Subcontractors in the performance of
the Work. He will exert full control over the actions of all employees
and other persons with respect to the use and preservation of property
and existing facilities, except such controls as may be specifically
reserved to Owner or others. Contractor has the right to exclude from
the site all persons who have no purpose related to the Work or its
inspection, and may require all persons on the site (except Owner's
employees) to observe the same regulations as he requires of his
employees.
u
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 01015
(17578 ) -8
r
Section 01070 - ABBREVIATIONS
1. LIST OF ABBREVIATIONS. Reference to standards and organizations in
these Specifications shall be by the following abbreviated letter
designations:
AA
Aluminum Association
AABC
Associated Air Balance Council
AAMA
Architectural Aluminum Manufacturers. Association
AASHTO
American
Association of State Highway and
Transportation Officials
ABMA
American
Boiler Manufacturers Association
ACI
American
Concrete Institute
ACPA
American
Concrete Pipe Association
AEIC
Association of Edison Illuminating Companies
AFBMA
Antifriction Bearing Manufacturers Association
AGA
American
Gas Association
AGMA
American
Gear Manufacturers Association
AHA
American
Hardboard Association
AISC
American
Institute of Steel Construction
AISI
American
Iron and Steel Institute
AITC
American
Institute of Timber Construction
AMCA
Air Moving and Conditioning Association
ANSI
American
National Standards Institute
APA
American
Plywood Association
API
American
Petroleum Institute
ARI
American
Refrigeration Institute
ASAHC
American
Society of Architectural Hardware Consultants
ASCE
American
Society of Civil Engineers .
ASHRAE
American
Society of Heating, Refrigerating, and
Air -Conditioning Engineers
ASME
American
Society of Mechanical Engineers
ASSE
American
Society of Sanitary Engineers
ASTM
American
Society for Testing and Materials
AWG
American
Wire Gage
AWI
Architectural Woodwork Institute
AWPA
American
Wood -Preservers' Association
AWS
American
Welding Society
AWWA
American
Water Works Association
BHMA
Builders
Hardware Manufacturers Association
BIA
Brick Institute of America (formerly SCPI)
CDA Copper Development Association
CISPI Cast Iron Soil Pipe Institute
CMAA Crane Manufacturers Association of America
CRA California Redwood Association
CRSI Concrete Reinforcing Steel Institute
CS Commercial Standard (U.S. Department of Commerce)
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 01070
(17578 ) -1-
DHI Door and Hardware Institute
DIPRA Ductile Iron Pipe Research Association
EEI - Edison Electric Institute
EJCDC Engineers' Joint Contract Documents Committee
EPA Environmental Protection Agency
Fed Spec Federal Specification
FCI Fluid Controls Institute
FGMA Flat Glass Marketing Association
FIA Factory Insurance Association
FM Factory Mutual
FSA Fluid Sealing Association
FTI Facing Tile Institute
HEI Heat Exchange Institute
HMI Hoist Manufacturers Institute
HPMA Hardwood Plywood Manufacturers Association
HTI Hand Tools Institute
I-B-R Institute of Boiler and Radiator Manufacturers
IEEE Institute of Electrical and Electronics Engineers
IES Illuminating Engineering Society
IFI Industrial Fasteners Institute
IPCEA Insulated Power Cable Engineers Association
ISA Instrument Society of America
MHI Materials Handling Institute
MIL Military Specification
MMA Monorail Manufacturers Association
NAAMM National Association of Architectural Metals
Manufacturers
NBBPVI National Board of Boiler and Pressure Vessel Inspectors
NBHA National Builders Hardware Association
NEC National Electrical Code
NECA National Electrical Contractors Association
NEMA National Electrical Manufacturers Association
NEMI National Elevator Manufacturing Industry
NFPA National Fire Protection Association
NIST National Institute of Standards and Technology
NPT National Pipe Thread
NRMCA National Ready Mixed Concrete Association `
NSC National Safety Council
NTMA National Terrazzo and Mosaic Association
NWMA National Woodwork Manufacturers Association
OSHA Occupational Safety and Health Administration
PCA Portland Cement Association L
PCI Prestressed Concrete Institute
PS Product Standard
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 01070
(17578 ) -2-
i
RTI Resilient Tile Institute (formerly AVATI)
SAE Society of Automotive Engineers
SCPRF Structural Clay Products Research Foundation
SIGMA Sealed Insulating Glass Manufacturers Association
SFPA Southern Forest Products Association
SJI Steel Joist Institute
SMA Screen Manufacturers Association
SMACNA Sheet Metal and Air Conditioning Contractors National
Association
SPFA Steel Plate Fabricators Association
SPI Society of the Plastics Industry
SPTA Southern Pressure Treaters Association
SSI Scaffolding and Shoring Institute
SSPC Steel Structures Painting Council
UL Underwriters' Laboratories
USBR U.S. Bureau of Reclamation
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 01070
(17578 ) -3-
711
Section 01300 - SUBMITTALS
1. PROGRESS SCHEDULE. Within 30 days after the preconstruction confer-
ence, Contractor shall prepare a critical path schedule covering all
Work to be done on the Project. The firm or individual employed by
Contractor to prepare the critical path schedule shall be competent and
experienced in critical path scheduling. The schedule shall consist of
an arrow diagram and associated listings.
1.01. Arrow Diagram. The arrow diagram shall be sufficiently detailed
to indicate such activities as shop drawing submittal and review, equip-
ment manufacture and delivery, installation of equipment, concrete
pours, and Subcontractors' items of work. Construction activities of
less than one day duration or more than 5 days duration shall be kept to
a minimum. The arrow diagram shall be prepared so that the final
diagram will be approximately 24 by 36 inches in size. Each activity on
the arrow diagram shall be labeled with the following informations
description, duration, scheduled start date, latest completion date, and
total float. The critical path of activities shall be indicated on the
arrow diagram by a heavy line.
1.02. Listings. Two chronological listings of the information in the
arrow diagram shall be prepared: one for scheduled start dates and one
for latest completion dates. Each listing shall show activity node
numbers, description, scheduled start date, duration in workdays, latest
completion date, and total float for each item in the arrow diagram.
1.03. Submittal. The initial critical path schedule and subsequent
revisions shall reflect the actual progress of the Project to within
5 days prior to submittal. Contractor and his representative who
prepared the schedule shall meet with Engineer and Owner to review .the
initial schedule and each subsequent revision. The meeting, will be held
in the office of Owner or Engineer.
`., At least five copies of the arrow diagram and listings shall be sub-
mitted. A revised arrow diagram and listing shall be prepared and
4, submitted at least every 90 days.
If the initial schedule or any subsequent revision is not acceptable to
Engineer or Owner, the schedule shall be revised and resubmitted as many
times as necessary until the schedule is acceptable. In the event that
more than one resubmission of the initial schedule is required because
of failure of Contractor to account for exceptions previously noted,
Contractor shall reimburse Owner for the charges of Engineer for review
of the additional resubmissions. The initial schedule shall be
acceptable before any application for payment is prepared.
1.04. Shop Drawings Schedule. At the time the initial critical path
schedule is submitted, a schedule shall be submitted of the items of
materials and equipment for which Shop Drawings are required by the
Specifications. For each required Shop Drawing, the date shall be given
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 01300
(17578 ) -1-
t
for intended submission of the drawing to Engineer for review and the
date required for its return to avoid delay in any activity beyond the
scheduled start date. Sufficient time shall be allowed for initial
review, correction and resubmission, and final review of all Shop Draw-
ings. In no case will a schedule be :acceptable which allows less than
21 days for each review by Engineer, or which is unbalanced with regard
to the Contract Time. If the initial submittal schedule is not
acceptable to Engineer, theschedule shall be revised and resubmitted as
many times as necessary until the schedule is acceptable to the
Engineer.
1.05.- Progress Reports. At the end of each month, the node numbers of
the activities that have been completed, with their actual start and
completion dates, and a list of the activities on which Work is
currently in progress and the number of working days required to
complete each, shall be submitted to Engineer.
If, at any time during the Project,: any activity is not completed by its
latest scheduled completion date, Engineer shall be notified within
5 days of Contractor's plans to reorganize .the workforce to return to
the schedule and prevent delays on any other activity. Owner may
require Contractor, at Contractor's expense, to add to his plant,
equipment, or construction forces, as well as increase the working
hours, if operations fall behind schedule.
1.06. Sequence. The following outline lists a sequence for operations
which must be phased. Other sequences proposed by Contractor may be
considered provided continuous operation of the existing treatment
plants are maintained. Sufficient data defining the alternative methods
shall be provided to the Engineer for review. Engineer's or Owner's
non -acceptance of alternative methods will not entitle Contractor to
additional monies or time extension.
a.
b.
c.
d.
Demolition of Plant No. 1 facilities shall not be
performed until the improvements to Plants No. 2 and No.
3 are substantially complete
Improvements to Plants No. 2 and No. 3 and process piping
connections shall not be performed until new Plant No. 4
(Contract No. 2) is substantially complete. Contract No.
2 is scheduled to be substantially completed by March
1994.
The improvements to Plant No. 3 shall not be performed
until the improvements to Plant No. 2 are substantially
complete.
Unless permitted by the Engineer or Owner, connection of
nonpotable water, potable water, and building drains to
the Contract No. 2 piping shall not be performed until
new Plant No. 4 (Contract No. 2) is substantially
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 01300
(17578 ) -2-
r-
r
r1
f
complete. The Contractor shall coordinate connection of
these pipes with the Contract No. 2 Contractor.
e. Replacement of the 30-inch pipeline across the canyon.and-
installation of meters on existing effluent pipes shall
be performed during periods of low wastewater flows to
the plant. Periods of low wastewater demand will
generally coincide with dry weather and at night.
f. The Laboratory shall be substantially completed within
360 days after receipt of the Notice to Proceed.
g.The Contractor shall coordinate certain utility and
building construction activities with Contractor for
Contract 2 to minimize reconstruction of new roadways,
landscaping, and the eating area for the Administration
Building being constructed under Contract 2.-
h. New high and low voltage electrical conduit, duct banks,
and electrical manholes (excluding cable) north of the
Administration and Laboratory Buildings, and west of
coordinate E 963,450 shall be installed and substantially
completed within 180 days after receipt of the Notice to
Proceed.
Any activity, whether indicated above or not, which requires inter-
ruption of service, --shall be thoroughly planned in advance and
coordinated with the Owner. The timing for interruption of service
shall be limited to periods of low wastewater and/or sludge production,
subject to approval by the Owner. Any delay as a result of the Owner's
inability to shutdown portions of the facility due to wastewater or
sludge flows shall not entitle the Contractor to an extension of time or
additional monies.
2. PROGRESS REPORTS. 'A progress reportshallbe furnished to Engineer
with each Application for Payment. If the Work falls behind schedule,
Contractor shall submit additional progress reports at such intervals as
Engineer may request.
r
Each progress report shall include sufficient narrative to describe
current and anticipated delaying factors, their effect on the progress
schedule, and proposed corrective actions. Any Work reported complete,
but which is not readily apparent to Engineer, must be substantiated
t
with satisfactory evidence.
!
Each progress report shall include a list of the node numbers of the
activities that have been completed, with their actual start and comple-
tion dates, and a list of the activities currently in progress and the
number of working days required to complete each.
3. SCHEDULE OF VALUES. After review of the preliminary schedule at the
preconstruction conference, and before submission of the first Appli-
(LUBBOCK, TEXAS )
f
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 01300
(17578 ) -3-
cation for Payment, Contractor shall prepare and submit to Engineer a
schedule of values covering each lump sum item. The schedule of values,
showing the approximate quantity and value of each kind of work, shall
be acceptable to Engineer before any Application for Payment is.
prepared.
The sum of the items listed in the schedule of values shall equal the
Contract Price. Such items as Bond premium, temporary construction
facilities, and plant may be listed separately in the schedule of
values, provided the amounts can be substantiated. Overhead and profit
shall not be listed as separate items.
An unbalanced schedule of values providing for overpayment of Contractor
on items of Work which would be performed first will not be accepted.
The schedule .of values shall be revised and resubmitted until acceptable
to Engineer. Final acceptance by Engineer shall indicate only consent
to the schedule of values as a basis for preparation of applications for
progress payments, and shall not constitute an agreement as to the value
of each indicated item.
4. SCHEDULE OF PAYMENTS. Within 30-days after award of contract,
Contractor shall furnish to Engineer a schedule of estimated monthly
payments. The schedule shall be revised and resubmitted each time an
Application for Payment varies more than 10 percent from the estimated
payment schedule.
5. SURVEY DATA. :All field books, notes, and other data developed by
Contractor in performing surveys required as part of the Work shall be
available to Engineer for examination throughout the construction
period. All such data shall be submitted to Engineer with the other
documentation required for final acceptance of the Work.
6. SHOP DRAWINGS AND ENGINEERING DATA.
6.01. General. Engineering data covering all equipment and fabricated
and building materials which will become a permanent part of,the Work
under this Contract shall be submitted to Engineer for review, at the
Engineer's address given in the Special Conditions. The data shall
include drawings and descriptive information in sufficient detail to
show the kind, size, arrangement,.and operation of component materials
and devices; the external connections, anchorages, and supports
required; performance characteristics; and dimensions needed for,
installation and correlation with other materials and equipment.
All submittals, regardless of origin, shall be stamped with the approval
of Contractor.and identified with the name and number of this Contract,
Contractor's name, and references to applicable specification para-
graphs, equipment, valve, or structure number.in the Contract Drawings.
Each submittal shall indicate the intended use of the item in the Work.
When catalog pages are submitted, applicable items shall be clearly
identified and inapplicable data crossed out. The current revision,
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 01300
(17578 ) -A-
.-
4
f
issue number, and date shall be indicated on all drawings and other
descriptive data.
Contractor's stamp of approval is a representation to Owner and Engineer
that Contractor accepts full responsibility for determining and
verifying all quantities, dimensions, field construction criteria,
materials, catalog numbers, and similar data, and that he has reviewed
and coordinated each submittal with the requirements of the Work and the
r Contract Documents.
For each section of the specifications, the initial submittal shall
consist of complete data for all items and components contained within
that section of the specifications. Contractor shall accept full
responsibility for the completeness of each submission. When an item
consists of components from several sources, Contractor shall submit a
complete initial submittal including all components. Contractor shall
reimburse Owner for the charges of Engineer for review of substitute
items, identification of additional data required for submittal due to
the incompleteness of a submittal by Contractor, and additional review
efforts required because of failure of Contractor to coordinate and
complete submittals.
1
04 All deviations from the Contract Documents shall be identified on each
submittal and shall be tabulated in Contractor's letter of transmittal.
Such submittals shall, as pertinent to the deviation, indicate essential
details of all changes proposed by Contractor (including modifications
to other facilities that may be a result of the deviation) and all
required piping and wiring diagrams.
j� Five copies of each drawing and necessary data shall be submitted to
(„ Engineer. Facsimile (fax) copies will not be acceptable. Engineer will
not accept submittals from anyone but Contractor. Submittals shall be
f` consecutively numbered in direct sequence of submittal and without
ii division by subcontracts or trades.
6.02. Certificate of Compliance. Where indicated in the equipment
schedule section, or as required by the accelerated shop drawing review,
. each submittal shall include a certificate of compliance prepared by the
manufacturer or Supplier of the submitted data, certifying that the item
covered is in compliance with the Contract Documents. The certificate
of compliance shall be a separate document and shall include
identification of all deviations from the Contract Documents.
6.03. Engineer's Review of Drawings and Data. Engineer's review of
drawings and data submitted by Contractorwillcover only general
conformity to the Drawings and Specifications, external connections, and
r dimensions which affect the layout. Engineer's review does not indicate
a thorough review of all dimensions, quantities, and details of the
material, equipment, device, or item shown. Engineer's review of
submittals shall not relieve Contractor from responsibility for errors,
omissions, or deviations, nor responsibility for compliance with the
Contract Documents.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 01300
(17578 ) -5-
Engineer's submittal review period shall be 21 consecutive calendar days
in length and shall commence on the first calendar day immediately
following the date of arrival of the submittal or resubmittal in
Engineer's office. The time required to mail the submittal or
resubmittal back to Contractor shall not be considered a part of the
submittal review period.
When the drawings and data are returned marked "NOT ACCEPTABLE" or
"RETURNED FOR CORRECTION", the corrections shall be made as noted
thereon and as instructed by Engineer and five new corrected copies
resubmitted. Facsimile (fax) copies will not be acceptable.
When the drawings and data are returned marked "EXCEPTIONS NOTED", "NO
EXCEPTIONS NOTED", or "RECORD COPY", no additional copies need be
furnished unless requested by Engineer at time of review.
6.04. Resubmittal of Drawings and Data. Contractor shall accept full
responsibility for the completeness of each resubmittal. Contractor
shall verify that all corrected data and additional information
previously requested by Engineer are provided on the resubmittal.
When corrected copies are resubmitted, Contractor shall in writing
direct specific attention to all revisions and shall list separately any
revisions made other than those called for by Engineer on previous
submissions.
Requirements specified for initial submittals shall also apply to
resubmittals. Resubmittals shall bear the number of the first submittal
followed by a letter (A, B, etc.) to indicate the sequence of the
resubmittal.
If more than one resubmission for each section of the specifications is
required because of failure of Contractor to provide all previously r
requested corrected data or additional information, Contractor shall
reimburse Owner for the charges of Engineer for review of the additional
resubmissions. This does not include initial submittal data such as
shop tests and field tests which are submitted after initial submittal.
Resubmittals shall be made within 60 days of the date of the letter
returning the material to be modified or corrected, unless within
30 days Contractor submits an acceptable request for an extension of the
stipulated time period, listing the reasons the resubmittal cannot be
completed within that time.
Any need for more than one resubmission, or any other delay in obtaining
Engineer's review of submittals, will not entitle Contractor to
extension of the:Contract Times unless delay of the Work is directly
caused by a change in the Work authorized by a Change Order or by
failure of Engineer to review any submittal within the submittal review
period specified herein and to return the submittal to Contractor.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 01300
(17578 ) -6
6.05 accelerated Shop Draying Review. An accelerated shop drawing
review procedure shall be used for the equipment and materials indicated
in the following schedule:
SPECIFICATION SECTIONIITEM
03300
Cast -In -Place Concrete
11140
Vertical Diffusion Vane Pumps
11160
Progressing Cavity Pumps
11370
Bio-Tower Filter Rotary Distributors
11430
Clarifying Equipment
13400
Instrumentation
13500
Supervisory Control and Data AcquisitionSystem
13520
Computer System Software
13530
Remote Terminal Units
13540
Communications Equipment
15101
Butterfly Valves
15102
Eccentric Plug Valves
16050 Electrical
16150 Adjustable Frequency Drives
16200 Communication System
16310 Secondary Integral Unit Substations - Liquid Filled
16345 Medium -Voltage Motor Control Equipment
16480 600 Volt Class Motor Control Centers
The accelerated shop drawing review procedure shall consist of the
f of lowing s
1. Contractor's initial submittal of shop drawings,
engineering data, and manufacturer's certificate of
compliance as indicated in the Equipment Schedule
Section.
2. Engineer's review of Contractor's initial submittal.
r.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 01300
(17578 ) -7-
n
3. Review conference at,Engineer's.office in Dallas, Texas.
4. Contractor's submittal of accelerated shop drawing review
certificate of compliance.
5. Contractor's submittal of operation and maintenance data
and manuals and manufacturer's field service reports, as
indicated in the equipment schedule section.
r
Contractor shall submit, prior to the.review conference, submit complete
data and drawings to indicate the proposed equipment or .material,
including all proposed deviations from the Contract Documents. After
review by the Engineer, a review conference shall be scheduled. The
conference shall be attended by Engineer, Contractor, Manufacturer and
Manufac-turer's representative. An agreement will be reached on the
proposed equipment and deviations at the conference. Within 60 days of
the review conference and prior to the submittal of the preliminary
operation and maintenance manual, or incorporation of the submitted
materials into the Work, the Manufacturer shall prepare and submit ^
through Contractor an accelerated shop drawing review certificate of
compliance as required. The certificate of compliance shall read as
follows:
The (equipment and/or product) is being provided in accord-
ance with the Contract Documents except for deviations and/
or questions which were specifically identified, reviewed,
and agreed upon by all parties at the review conference
(telephone and/or meeting) of date and as identified by
Black & Veatch letter dated date
Also included with this statement shall be a summary of the proposed
equipment or material including critical operating or design charac-
teristics, and a list of all deviations from the Contract Documents
which were agreed to at the review conference. Engineer will review
the accelerated shop drawing review certificate of compliance and
accompanying data.
For equipment requiring operations and maintenance manuals as indicated
in the equipment schedule section, the corrected drawings and data shall
be incorporated into the manuals.
7. OPERATION AND MAINTENANCE DATA AND MANUALS. Adequate operation and
maintenance information shall be supplied for all equipment requiring y
maintenance or other attention. The equipment Supplier shall prepare an
operation and maintenance manual for each type of equipment indicated in
the equipment schedule section. Parts lists and operating and mainte-
nance instructions shall be furnished for other equipment not listed in
the equipment schedule.
Operation and maintenance manuals shall include the following:
r
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 01300
(17578 ) -8
1
' a. Equipment function, normal. operating characteristics, and
_ limiting conditions.
b. Assembly, installation, alignment, adjustment, and checking
instructions.
C. Operating instructions for startup, routine and normal
operation, regulation and control, shutdown, and emergency
conditions.
d. Lubrication and maintenance instructions.
e. Guide to "troubleshooting".
f. Parts lists and predicted life of parts subject to wear.
g. Outline, cross-section, and assembly drawings; engineering
data; and wiring diagrams.
h. Test data and performance curves, where applicable.
The operation and maintenance manuals shall be in addition to any
instructions or parts lists packed with or attached to the equipment
when delivered, or which may be required by Contractor.
Manuals and other data shall be printed on heavy, first quality paper,
8-1/2 by 11 inch size, with standard three -hole punching. Drawings and
diagrams shall be reduced to 8-1/2 by 11 inches or 11 by 17 inches.
Where reduction is not practicable, larger drawings shall be folded
separately and placed in envelopes which are bound into the manuals.
Each envelope shall bear suitable identification on the outside.
Three preliminary copies of each manual, temporarily bound in heavy
paper covers bearing suitable identification, shall be submitted to
E Engineer prior to the date of shipment of the equipment. After review
by Engineer, four final copies of each operation and maintenance manual
shall be prepared and delivered to Engineer not later than 120 days
prior to placing the equipment in operation. Final manuals and all
parts lists and information shall be assembled in substantial,
permanent, three-ring or three -post binders. As much as possible,
material shall be assembled and bound in the same order as specified,
and each volume shall have a table of contents and suitable index tabs.
( All material shall be marked with project identification, and inappli-
cable information shall be marked out or deleted.
r' Payments for materials and equipment not incorporated in the Work, but
l delivered and suitably stored at the site or at another location agreed,
to in writing, shall be based only upon the actual cost of the materials
and equipment to Contractor and shall not include any overhead or profit
to Contractor. Payment for equipment requiring operations and mainten-
f (LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 01300
(17578 ) -9-
ance manuals will be 75 percent of the invoice price initially. Once
the preliminary operations and maintenance manuals are accepted by
Engineer, payment will be considered for the final 25 percent.
Shipment of equipment will not be considered complete until all required
manuals and data have been received.
8. LAYOUT DATA. Contractor shall keep neat and legible notes of
measurements and calculations made by him in connection with the layout
of the Work. Copies of such data shall be furnished to the Resident
Project Representative for use in checking Contractor's layout as
provided in the project requirements section. All such data considered
of value to Owner will be transmitted to Owner by Engineer with other
records upon completion of the Work.
9. CONSTRUCTION PHOTOGRAPHS. Contractor shall be responsible for the
production of construction photographs as provided herein. Engineer
shall designate the subject of each photograph.
Twenty-four photographs of the entire site,, or pertinent features
thereof, shall be taken before the commencement of Work at the site and
promptly submitted to Engineer.. The same views shall be rephotographed
upon completion of all construction activities and submitted with
Contractor's application for final payment. Twenty-four additional
photographs shall be made each month throughout the progress of the Work
at such times as requested by Engineer, and submitted with Contractor's
application for progress payment.
All photographs shall be produced by a competent photographer, and shall
be color photographs of commercial quality. All negatives and two
4 by 5 prints of each view shall be submitted. Negatives shall be
identified with description of view and date. Prints shall be mounted
on linen with flap for binding or enclosed in clear plastic binders, and
marked with the name and number of the contract, name of Contractor,
description and location of view, and date photographed.
Engineer shall transmit one copy of each photograph to Owner.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 01300
(17578 ) -10-
6-
1.
Section 01400 — Q IIALITY CONTROL
1. TESTING LABORATORY SERVICES. All tests which require the services
of a laboratory to determine compliance with the Contract Documents
shall be performed by an independent commercial testing laboratory
acceptable to Engineer. The laboratory shall be staffed with
experienced technicians, properly equipped and fully qualified, to
perform the tests in accordance with the specified standards.
1.01. Testing Laboratory Services Furnished by Contractor. Unless
otherwise specified. Contractor shall be responsible for.all testing
laboratory services in connection with the following:
Concrete materials and mix designs.
The design of asphalt mixtures.
Gradation tests for embedment, fill, and backfill materials.
All other tests and engineering data required for Engineer's
review of materials and equipment proposed to be used in the Work.
Unless otherwise specified, Contractor shall also pay all charges of
testing laboratories for quality control tests made on the following
materials and equipment, during and after their incorporation in the
Work:
Concrete.
Asphalt mixtures.
Moisture -density (Proctor) and relative density tests on
embedment, fill, and backfill materials.
In -place field density tests on embedments, fills, and backfill.
Other materials and equipment.
Contractor shall obtain Engineer's and Owner's acceptance of the testing
laboratory before having services performed, and shall pay all costs for
services.
Field sampling and testing will be performed by testing laboratory
personnel, in the general manner indicated in the Specifications, with
minimum interference with construction operations. Contractor shall
coordinate with Engineer on the exact time and location of field
sampling and testing. The Engineer may require such additional sampling
and testing as necessary to determine that materials and equipment
conform with data previously furnished by Contractor and with the
Contract Documents.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 01400
(17578 ) -1-
Arrangements for delivery of samples and test specimens to the testing
laboratory will be made by Contractor. The testing laboratory shall
perform all laboratory tests within a reasonable time consistent with
the specified standards and shall furnish a written report of each test.
Contractor shall furnish all sample materials and cooperate in the
sampling and field testing activities, interrupting the Work when neces-
sary. When sampling or testing activities are performed in the field by
testing laboratory personnel, Contractor shall furnish personnel and r
facilities to assist in the activities.
The Owner reserves the right to make any tests at any time to check the
quality of the Contractor's testing procedures and/or results. If the _
tests conducted by the Owner show no different conclusion, then the
additional tests shall be at the Owner's expense. If additional tests
prove inaccurate results on the Contractor's behalf, the Contractor
shall bear the costs of the additional tests and reconstruct the
deficiencies.
1.02. Transmittal of Test Reports. Written reports of tests and engi-
neering data furnished by Contractor for Engineer's review of materials
and equipment proposed to be used in the Work 'shall be submitted as
specified for Shop Drawings.
The testing laboratory retained by Contractor will furnish four copies
of a written report of each test performed by laboratory personnel in
the field or laboratory. Copies of each test report will be trans-
mitted to the Resident Project Representative, Engineer, Owner, and
Contractor within 3 days after each test is completed.
2. MANUFACTURER'S FIELD SERVICES. An experienced, competent, and
authorized representative of the manufacturer of each item of equip-
ment for which field services are indicated in the equipment schedule
section shall visit the site of the Work and inspect, check, adjust if
necessary, and approve the equipment installation. In each case, the
manufacturer's representative shall be present when the equipment is
placed in operation. The manufacturer's representative shall revisit
the jobsite as often as necessary until all trouble is corrected and the
equipment installation and operation are satisfactory in the opinion of
Engineer. t-
Each manufacturer's representative shall furnish to Owner, through Engi-
neer, a written report certifying that the equipment has been properly
installed and lubricated; is in accurate alignment; is free from any
undue -stress imposed by connecting piping or anchor bolts; and has been
operated under full load conditions and that it operated satisfactorily. `
All costs for these services'shall be included in the Contract Price.
r
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 01400
(17578 ) -2-
1.
f
Section 01500 - TEMPORARY FACILITIES
1. OFFICES ATSITEOF WORK. During the performance of this contract,
Contractor shall maintain a suitable office at or near the site of the
Work which shall be the headquarters of his representative authorized to
receive drawings, instructions, or other communication or articles. Any
communication given to the said representative or delivered at Contrac-
tor's office at the site of the Work in his absence shall be deemed to
have been delivered to Contractor.
Copies of the drawings, specifications, and other contract documents
shall be kept at Contractor's office at the site -of the Work and avail-
able for use at all times.
Following Final completion of Contract 2, the field office provided
under Contract 2 shall become the responsibility of this contract.
Contractor shall pay all applicable leasing charges. Following Final
Completion, the photocopier and facsimile machine shall become the
property of the Owner.
2. WATER. All water required for and in connection with the Work to be
performed shall be furnished at no cost to the Contractor through
existing hydrants. Contractor shall supply all necessary tools, hose,
and pipe, or otherwise transport the water to the point of use, and
�..:
shall make his own arrangements with the City Water Department as to the
p
amount of water required and the time when the water will be needed.
Indiscriminate use of water so furnished will not be permitted. Special
hydrant wrenches shall be used for opening and closing fire hydrants.
In no case shall pipe wrenches be used for this purpose.
3. POWER. All power required for heating, lighting, and operation of
Contractor's plant or equipment, or for any other use by Contractor
shall be paid by the Owner. Temporary heat and lighting shall be
maintained until the Work is accepted. Three temporary metered service
J00
drops and poles will be installed by the utility at no cost to the
«
Contractor.
t.
4. TELEPHONE SERVICE. Contractor shall make all necessary arrangements
and pay all installation charges for telephone lines in his offices at
the site.
5. SANITARY FACILITIES. Contractor shall furnish temporary sanitary:
facilities at the site, as provided herein, for the needs of all
L
construction workers and others performing work or furnishing services
on the Project.
Sanitary facilities shall be of reasonable capacity, properly maintained
throughout the construction period, and obscured from public view to the
greatest practical extent. If toilets of the chemically treated type
are used, at least one toilet will be furnished for each 20 men.
(LUBBOCK, TEXAS
(SEWRP IMPROVEMENTS
(CONTRACT NO. 4
(17578
& EXPANSION)
01500
-1-
Contractor shall enforce the use of
personnel at the site.
6. MAINTENANCE OF TRAFFIC. Contractor shall conduct his work to inter-
fere as little as possible with public travel, whether vehicular or
pedestrian. Contractor shall coordinate all traffic interference with
Owner. Vehicular access for sludge haulers and trash haulers shall be
maintained at all times. Whenever it is necessary to cross, obstruct,
or close roads, driveways and walks, whether public or private, Contrac-
tor shall provide and maintain suitable and safe bridges, detours, or
other temporary expedients for the accommodation of public and private
travel, and shall give reasonable notice to owners of private drives
before interfering with them. Such maintenance of traffic will not be
required when Contractor has obtained permission from the owner and
tenant of private property, or from.the authority having jurisdiction
over public property involved, to obstruct traffic at the designated
point.
In making opencut street crossings, Contractor shall not block more than
one-half of the street at a time. Whenever possible, Contractor shall
widen the shoulder on the opposite side to facilitate traffic flow.
Temporary surfacing shall be provided as necessary on shoulders.
Contractor shall not be permitted to access plant facilities on roads
constructed bv Contractor for Contract 2.
r—
6.01. Temporary Bridges. Contractor shall construct substantial
bridges at all points where it is necessary to maintain traffic across
pipeline construction. Bridges in public streets and roads shall be
acceptable to the authority having jurisdiction thereover. Bridges
erected in private roads and driveways shall be adequate for the service
to which they will be subjected. Bridges shall be provided with sub-
stantial guardrails and with suitably protected approaches. Foot
bridges shall be not less than 4 feet wide, provided with handrails and
uprights of dressed lumber. Bridges shall be maintained in place as
long as the conditions of the Work require their use for safety of the
public, except that when necessary for the proper prosecution of the
Work in the immediate vicinity of a bridge, the bridge may be relocated
or temporarily removed for such period as Engineer may permit.
6.02. Detours. Where required by the authority having jurisdiction
thereover that traffic be maintained over any construction work in a
public street, or road, and the traffic cannot be maintained on the
alignment of the original roadbed or pavement, Contractor shall, at his
own expense, construct and maintainea detour around the construction
work. Each detour shall include a bridge across the pipe trench and all
necessary barricades, guardrails, approaches, lights, signals, signs,
and other devices and precautions necessary for protection of the Work
and safety of the public.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 01500
(17578 ) -2-
I
7. BARRICADES AND LIGHTS. All streets, roads, and other public
�.; thoroughfares which are closed to traffic shall be protected by
effective barricades on which shall be placed acceptable warning signs.
' Barricades shall be located at the nearest intersecting public highway
or street on each side of the blocked section.
r
All open trenches and other excavations shall have suitable barricades,
signs, and lights to provide adequate protection to the public.
Obstructions such as material piles and equipment shall be provided with
similar warning signs and lights.
All barricades and obstructions shall be illuminated with warning lights
from sunset to sunrise. Material storage and conduct of the Work on or
C alongside public streets and highways shall cause the minimum obstruc-
tion and inconvenience to the traveling public.
l All barricades, signs, lights, and other protective devices shall be
installed and maintained in conformity with applicable statutory
requirements and, as required by the authority having jurisdiction
fi thereover.
8. DAMAGE TO EXISTING PROPERTY. Contractor will be held responsible
for any damage to existing structures, structures or items constructed.
by other Contractors on -site, Work, materials, or equipment because of
his operations and shall repair or replace any damaged structures, Work,
materials, or equipment to the satisfaction of, and at no additional
cost to, Owner.
Contractor shall protect all existing structures and property from
damage and shall provide bracing, shoring, or other .work necessary for
such protection.
Contractor shall be responsible for all damage to streets, roads, curbs,
sidewalks, highways, shoulders, ditches, embankments, culverts, bridges,
or other public or private property, which may be caused by transporting
equipment, materials, or men to or from the Work. Contractor shall make
satisfactory and acceptable arrangements with the agency having juris-
diction over the damaged property concerning its repair or replacement.
9. SECURITY. Contractor shall be responsible for protection of the
site, and all Work, materials, equipment, and existing facilities there-
on, against vandals and other unauthorized persons.
No claim shall be made against Owner by reason of any act of an employee
or trespasser, and Contractor shall make good all damage to Owner's
property resulting from his failure to provide security measures as
specified.
Security measures shall be of least equal to those usually provided by
r Owner to protect his existing facilities during normal operation, but
k shall also include such additional security fencing, barricades, light-
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 01500
(17578 ) -3-
ing, watchman services, and other measures as required.to protect the
site.
r
10. ACCESS ROADS.- Contractor shall establish and maintain temporary
access roads to various parts of the site as required to complete the
Project. Such roads shall be available for the use of all others `
performing work or furnishing services in connection with the Project.
.11. PARKING. Contractor shall provide and maintain suitable parking ,—
areas for the use of all construction workers and others performing work
or furnishing services in connection with the Project, as required to
avoid any need for parking personal vehicles where they may interfere
with public traffic, Owner's operations, or construction activities.
12. NOISE CONTROL. Contractor shall take reasonable measures to avoid
unnecessary noise. Such measures shall be appropriate for the normal
ambient sound levels in the area during working hours. All construction
machinery and vehicles shall be equipped with practical sound -muffling
devices, and operated in a manner to cause the least noise consistent
with efficient performance of the Work.
During construction activities on or adjacent to occupied buildings, and
when appropriate, Contractor shall erect screens or barriers effective `
in reducing noise in the building; and shall conduct his operations to
avoid unnecessary noise which might interfere with the activities of
building occupants. �-
13. DUST CONTROL. Contractor shall take reasonable measures to prevent
unnecessary dust. Earth surfaces subject to dusting shall be kept moist
with water or by application of a chemical dust suppressant. Dusty
materials in piles or in transit shall be covered when practicable to
prevent blowing.
Buildings or operating facilities which may be affected adversely by
dust shall be adequately protected from dust. Existing or new machin-
ery, motors, instrument panels, or similar equipment shall be protected
by suitable dust screens. Proper ventilation shall be included with
dust screens.
r
14. TEMPORARY DRAINAGE PROVISIONS. Contractor shall provide for the
drainage of storm water and such water -as may be applied or discharged
on the site in performance of the Work.. Drainage facilities shall be
adequate to prevent damage to the Work, the site, and adjacent property.
Existing drainage channels and conduits shall be cleaned, enlarged, or
supplemented as necessary to carry all increased runoff attributable to
Contractor's operations. Dikes shall be constructed as necessary to
divert increased runoff from entering adjacent property (except in
natural channels), to protect Owner's facilities and the Work, and to
direct water to drainage channels or conduits. Ponding shall be pro-
vided as necessary to prevent downstream flooding.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 01500
(17578 ) -4-
r
F
15. EROSION CONTROL. Contractor shall prevent erosion of soil on the
site and adjacent property resulting from his construction activities.
Effective measures shall be initiated prior to the commencement of
clearing, grading, excavation, or other operation that will disturb the
natural protection. .
Work shall be scheduled to expose areas subject to erosion for the
shortest possible time, and natural vegetation preserved to the greatest
extent practicable. Temporary storage and construction buildings shall
be located, and construction traffic routed, to minimize erosion.
Temporary fast-growing vegetation or other suitable ground cover shall
be provided as necessary to control runoff.
16. POLLUTION CONTROL. Contractor shall prevent the discharge of raw
sewage, treated or partially treated effluent, sludge, plant screenings,
sediment, deris or other substances resulting from construction prac-
tices to the North Fork of the Double Mountain Fork of the Brazos River
(NFDMFBR). The Contractor shall erect and maintain surface structures
and standby equipment as required to prevent discharge to the NFDMFBR.
All penalties, fines, legal costs, and corrective action costs which
result from violations of the City of Lubbock's Permits for disposal of
wastewater (Permits 10353-002 and 10353-008) and are attributable to
actions by Contractor and/or his subcontractors shall be paid by
Contractor.
(LUBBOCK, TEXAS
(SEWRP IMPROVEMENTS
(CONTRACT NO. 4
(17578
& EXPANSION)
01500
-5-
�c
1100,
Section 01610 - GENERAL EQUIPMENT STIPULATIONS
1. SCOPE. All equipment furnished and installed under this Contract
shall conform to the general stipulations set forth in this section
except as otherwise specified in other sections.
2. COORDINATION. Contractor shall coordinate all details of the equip-
ment with other related parts of the Work, including verification that
all structures, piping, wiring, and equipment components are compatible.
Contractor shall be responsible for all structural and other alterations
in the Work required to accommodate equipment differing in dimensions or
other characteristics from that contemplated in the Contract Drawings or
Specifications.
3. MANUFACTURER'S EXPERIENCE. Unless specifically named in the Speci-
fications, a manufacturer shall have furnished equipment of the type and
size specified which has been in successful operation for not less than
the past 5 years.
4. WORKMANSHIP AND MATERIALS. Contractor shall guarantee all equipment
against faulty or inadequate design, improper assembly or erection,
defective workmanship or materials, and leakage, breakage, or other
failure. Materials shall be suitable for service conditions.
,... All equipment shall be designed, fabricated, and assembled in accordance
with recognized and acceptable engineering and shop practice. Indivi-
dual parts shall be manufactured to, standard sizes and gages so that
repair parts, furnished at any time, can be installed in the field.
Like parts of duplicate units shall be interchangeable. Equipment shall
not have been in service at any time prior to delivery, except as
required by tests.
Except where otherwise specified, structural and miscellaneous fabri-
cated steel used in equipment shall conform to AISC standards. All
structural members shall be designed for shock or vibratory loads.
Unless otherwise specified, all steel which will be submerged, all or
in part, during normal operation of the equipment shall be at least
1/4 inch thick.
5. LUBRICATION. Equipment shall be adequately lubricated by systems
which require attention no more frequently than weekly during continuous
operation. Lubrication systems shall not require attention during
startup or shutdown and shall not waste lubricants.
Lubricants of the type recommended by the equipment manufacturer shall
be provided in sufficient quantity to fillalllubricant reservoirs and
to replace all consumption during testing, startup, and operation prior
to acceptance of equipment by Owner. Unless otherwise specified or per-
mitted, the use of synthetic lubricants will not be acceptable.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 01610
(17578 ) —1-
R
Lubrication facilities shall be convenient and accessible. 0il drains
and fill openings shall be easily accessible from the normal operating area or platform. Drains shall allow for convenient collection of waste
oil in containers from the normal operating area or platform without
removing the unit from its normal installed position.
6. ELEVATION. The elevation of the site is approximately 3,130 feet
above mean sea level. All equipment furnished shall be designed to meet
stipulated conditions and to operate satisfactorily at this elevation.
7. ELECTRIC MOTORS. Unless otherwise specified, motors furnished with
equipment shall meet the following requirements:
a. Designed and applied in accordance with NEMA, ANSI, IEEE,
AFBMA, and NEC for the duty service imposed by the driven
equipment, such as frequent starting, intermittent. overload,
.high inertia, mounting configuration, or service environment.
b., Rated for continuous duty at 40 C ambient, unless the appli-
cation is well recognized for intermittent duty service as a
standard industry practice.
C. Insulated with Class F or Class H insulation systems and
designed for a maximum Class B temperature rise at service
factor load.
d. Motors used in applications which exceed the usual service
conditions as defined by NEMA, such as higher than 40 C
ambient, altitude exceeding 3300 feet, explosive or corrosive
environments, departure from rated voltage and frequency, poor
ventilation, or frequent starting, shall be properly selected
with respect to their service conditions and shall not exceed
Class B temperature rise limits.
e. To ensure long life, nameplate horsepower shall exceed the
maximum load imposed by the driven equipment and carry a
service factor rating as follows:
Nameplate hp
Motor Service in Percent of
Size Enclosure Factor Max Load bhp
Fractional hp Open 1.15 100
Other Than Open 1.0 110
Integral hp Open 1.15 105
Other Than Open 1.0 110
f. Designed for full voltage starting.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 )'01610
(17578 ) -2-
g. Designed: to operate from an electrical system that may have a
r- maximum of 5 percent voltage distortion per IEEE Standard 519.
h. Clamp -type grounding terminal shall be inside motor conduit
box.
i. External conduit boxes shall be oversized at least one size
larger than NEMA standard.
j. Totally enclosed motors shall have a continuous moisture drain
which also excludes insects.
k. Bearings shall be either oil or grease lubricated.
1. Manufacturer's standard motor may be supplied on appliances,
tools, and unit heaters, in which case a redesign of the unit
would be required to furnish motors of other than the manu-
facturer's standard design. However, in all cases, totally
enclosed motors are preferred and shall be furnished if
offered by the manufacturer as a* standard option.
M. Totally enclosed motors shall be furnished on:
1. Outdoor equipment.
2. Equipment for installation below grade.
3. Chemical feeding and chemical handling equipment.
4. Equipment operating in wet or dust -laden locations.
n. Dripproof motors, or totally enclosed motors at the sup-
plier's option, shall be furnished on equipment in indoor,
above -grade, clean, and dry locations.
o. Explosionproof or -submersible motors shall be furnished
as required by applicable codes or as -specified in other
sections.
-
p. Motors shall be rated as follows:
1. Below 1/2 hp.
115 volts, 60 Hz, single phase; or 240 volts, 60 Hz,
single phase.
2. 1 2 hi) and above.
460 volts, 60 Hz, 3 phase.
I ' Where specified or required by the drawings motors used
p-� on 240 volt systems shall be 230 volts, 60 Hz, 3 phase.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
/-� (CONTRACT NO. 4 ) 01610
1 ' (17578 ) -3-
-Motors used on 208 volt systems shall be 200:volts,
60 Hz, 3 phase.
8. DRIVE.UNITS. 7The nominal input horsepower rating of each gear: or
speed reducer shall be at least equal to the nameplate horsepower of the
drive motor. Drive units shall be designed for 24 hour continuous
service
8.01. Gearmotors. Unless otherwise specified, the use of gearmotors will not be acceptable.
8.02. Gear Reducers.. Each gear reducer shall be a totally enclosed
unit with oil or grease lubricated, rolling element, antifriction
bearings throughout.
Helical, spiral bevel, combination bevel -helical, and worm gear reducers
shall have a service factor of at least.1.50 based on the nameplate
horsepower of the drive motor. Cycloidal gear reducers shall have a
service factor of at least 2.0 based on the nameplate horsepower of the .-
drive motor. Shaft -mounted and flange -mounted gear reducers shall be
rated AGMA Class II. Helical gear reducers shall have a gear strength
rating to catalog rating of 1.5. Each gear reducer shall be designed
and manufactured in compliance with applicable AGMA standards.
The thermal horsepower rating of each unit shall equal or exceed the
nameplate horsepower of the drive motor. During continuous operation,
the maximum sump oil temperature shall not rise more than 100 F above
the ambient air temperature in the vicinity of the unit.and shall not
exceed 200 F.
Each grease lubricated bearing shall be installed in a bearing housing
designed to facilitate periodic regreasing of the bearing by means of
a manually operated grease gun. Each bearing housing shall be designed
to evenly distribute new grease, to properly dispose of old grease, and
to prevent overgreasing of the bearing. The use of permanently sealed,
grease lubricated bearings will not be acceptable. An internal or r.
external oil pump and appurtenances shall be provided if required to
properly lubricate oil lubricated bearings. A dipstick or sight glass
arranged to permit visual inspection of lubricant level shall be
provided on each unit.
Gear reducers which require the removal of parts or periodic disassembly
of the unit for cleaning and manual regreasing of bearings will not be
acceptable.
Certification shall be furnished by the gear reducer manufacturer indi-
cating that the intended application of each unit has been reviewed in
detail by the manufacturer and that the unit provided is fully compa-
tible with the conditions of installation and service.
1�.
8.03. Variable Speed Drives. Each mechanical variable speed drive
shall have a service factor of at least 1.75 at maximum speed based on
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 01610
(17578 ) -4-
r"
e 3 . :
r ;r
t
the nameplate.horsepower.of the drive motor. A spare belt shall be
�..: provided with each variable speed drive unit employing a belt for speed
change. Unless specifically permitted by the detailed equipment speci-
fications, bracket type mounting will not be acceptable for variable
speed drives
8.04. V-Belt Drives. Each V-belt drive shall include a sliding base or
other suitable tension adjustment. V-belt drives shall have a service
factor of at least 1.6 at maximum speed based on the nameplate horse-
power of the drive motor.
9. SAFETY GUARDS. All belt or chain drives, fan blades, couplings, and
other moving or rotating parts shall be covered on all sides by a safety
guard. Safety guards shall be fabricated from 16 USS gage or heavier
galvanized or aluminum -clad sheet steel or 1/2 inch mesh galvanized
expanded metal. Each guard shall be designed for easy installation and
removal. All necessary supports and accessories shall be provided for
each guard. Supports and accessories, including bolts, shall be galva-
nized. All safety guards in outdoor locations shall be designed to
prevent the entrance of rain and dripping water.
10. ANCHOR BOLTS. Equipment suppliers shall furnish suitable anchor
bolts for each item of equipment. Anchor bolts, together with templates
or setting drawings, shall be delivered sufficiently early to permit
setting the anchor bolts when the structural concrete is placed. Anchor
r bolts shall comply with the anchor bolts and expansion anchors section
and, unless otherwise specified, shall have a minimum diameter of
3/4 inch.
Unless otherwise indicated or specified, anchor bolts for items of
equipment mounted on baseplates shall,be long enough to permit .
1-1/2 inches of grout beneath the baseplate and to provide adequate
anchorage into structural concrete.
11. EQUIPMENT BASES. Unless otherwise indicated or specified, all
�..,
equipment shall be installed on concrete bases at least 6 inches high.
Cast iron or welded steel baseplates shall be provided for pumps, com-
pressors, and other equipment. Each unit and its drive assembly shall
be supported on a single baseplate of neat design. Basepl.ates shall
have pads for anchoring all components and adequate grout holes. Base-
1 '
plates for pumps shall have a means for collecting leakage and a
threaded drain connection.- Baseplates shall be anchored to the concrete
base with suitable anchor bolts and the space beneath filled with grout
as specified in the grout section.
12. SPECIAL TOOLS AND ACCESSORIES. Equipment requiring periodic repair
and adjustment shall be furnished complete with all special tools,
`
instruments,and accessories required for proper maintenance. Equipment
requiring special devices for lifting or handling shall be furnished
complete with those devices.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 01610
'
(17578 ) -.5-
r
13. SHOP PAINTING. All steel and iron surfaces shall be protected by
suitable paint or coatings applied in the shop. Surfaces which will be
inaccessible after assembly shall be protected for the life of the
equipment. Exposed surfaces shall be 'finished, thoroughly cleaned, and
filled as necessary to provide a smooth, uniform base for painting.
Electric motors, speed reducers, starters, and other self-contained or
enclosed components shall be shop primed or finished with a high-grade,"
oil -resistant enamel suitable for top coating in the field with an alkyd
enamel. Coatings shall be suitable for the environment where the equip-
ment is installed.
Surfaces to be painted after installation shall be prepared for painting
as recommended by the paint manufacturer for the intended service, and
then shop painted with one or more coats of the specified primer.
Unless otherwise specified, the shop primer for steel and iron surfaces
shall be Ameron "Amercoat 3153A Universal Primer"; Cook "391-N-167
Barrier Primer", Kop-Coat "340 Gold Primer", Tnemec "37-77 Chem -Prime",
or Valspar "13-R-28_Chromox Primer".•
Machined, polished, and nonferrous surfaces which are not to be painted
shall be coated with rust -preventive compound, Houghton "Rust Veto 344".
14. PREPARATION FOR SHIPMENT. All equipment shall be suitably packaged
to facilitate handling and protect against damage'•during transit and
storage. All equipment shall be boxed, crated, or otherwise completely
enclosed and protected during shipment, handling, and storage. All
equipment shall be protected from exposure to the elements and shall be
kept dry at all times.
Painted surfaces shall be protected against impact, abrasion, discolora-
tion, and other damage. Painted surfaces which are damaged prior to
acceptance of equipment shall be repainted to the satisfaction of Engi-
neer.
Grease and lubricating oil shall be applied to all bearings and similar
items.
Each item of equipment shall be tagged or marked as identified in the
delivery schedule or on the Shop Drawings. Complete packing lists and
bills of material shall be included with each shipment.
15. STORAGE. Upon delivery, all equipment and materials shall imme-
diately be stored and protected until installed in the Work.
Pumps, motors, electrical equipment, and all equipment with antifriction
or sleeve bearings, -shall be stored in weathertight structures maintained
at a temperature above 60 F. Equipment, controls, and insulation shall
be protected against moisture and water damage. All space heaters fur-
nished in equipmentshallbe connected and operated continuously.
Equipment and materials shall not show any pitting, rust, decay, or
other deleterious effects of storage when installed in the Work.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 01610
(17578 ) -6-
i
x r
16. INSTALLATION AND OPERATION. Equipment shall not be installed or
operated except by, or with the guidance of, qualified personnel having
t the knowledge and experience necessary to obtain proper results. When
so specified, or when employees of Contractor or his Subcontractors are
not qualified, such personnel shall be field representatives of the
manufacturer of the equipment or materials being installed.
Qualified field representatives shall be provided by the equipment
manufacturers as required to perform all manufacturer's field services
called for in the Specifications. Manufacturer's field representatives
shall observe, instruct, guide, and direct Contractor's erection or
installation procedures, or perform an installation check, as required.
The field representative shall revisit the site as often as necessary to
attain installation satisfactory to Engineer.
All equipment installed under this Contract shall be placed into suc-
cessful operation according to the written instructions of the manu-
facturer or the instructions of the manufacturer's field representative.
All required adjustments, tests, operation checks, and other startup
j activity shall be provided.
17. OBSERVATION OF PERFORMANCE TESTS. Where the Specifications require
the presence of Engineer, initial tests shall be observed or witnessed
by Engineer. Owner shall be reimbursed by Contractor for all costs of
subsequent visits by Engineer to witness or observe incomplete tests,
retesting, or subsequent tests.
M
[ (LUBBOCK, TEXAS
L (SEWRP IMPROVEMENTS
r (CONTRACT NO. 4
I (17578
i
EXPANSION)
01610
f'
Section 01620 - EQUIPMENT SCHEDULE
1. SCOPE. The first section of this schedule lists the items of
equipment for which manufacturer's field services, operation and main-
tenance manuals, or the manufacturer's or supplier's certificate of
compliance are required. Major equipment designation numbers are
defined in the second section of this schedule.
Specific requirements for manufacturer's field services are covered in
the quality control section.
Specific requirements for operation and maintenance manuals and certifi-
cates of compliance are covered in the submittals section.
2. SUBMITTALS REQUIREMENTS. Manufacturer's field services, operation
and maintenance manuals, and certificates of compliance shall be
provided for the items of equipment indicated in the following schedule:
t"
Mfr's
Certificate.
Spec
Field
0&M
of
Section
Type of Equipment
Services
Manual
Compliance
06600
Fiberglass Odor Control Hood
X
X
11140
Vertical Diffusion Vane
X
X
X
j^
Pumps
11160
Progressing Cavity Pumps
X
X
X
11185
Submersible Sump Pumps
X
11370
Bio-Tower Filter Rotary
X
X
X
i
Distributors
f
11430
Clarifying Equipment
X
X
X
11570
Diffused Aeration Equipment
X
X
X
r
11652
Odor Control Dampers and
X
Shutoff Valves
11950
Laboratory Equipment
X
X
r-•_
13221
Bio-Tower Filter Media
X
13400
Instrumentation
X
X
X
13500
Supervisory Control and Data
X
X
X
Acquisition System
r
13520
Computer System Software
X
X
X
13530
Remote Terminal Units
X
X
X
13540
Communications Equipment
X
X
X
14630
Traveling Bridge Crane
X
X
X
15100
Miscellaneous Valves
X
X
15101
Butterfly Valves
X
X
r
I
15102
15104
Eccentric Plug Valves
Resilient -Seated Gate Valves
X
X
X
X
15112
Sluice Gates
X
X
X
15114
Slide Gates
X
X
X
15130
Pressure Gauges
X
X
15500
Heating, Ventilating, and
X
X
X
Air Conditioning
r
(LUBBOCK,
TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
�--
(CONTRACT
NO. 4 ) 01620
�F
(17578
) -1-
Mf r s
Spec
Field
Section
Type of Equipment
Services
16050
Electrical
X
16150
Adjustable Frequency
Drives
X
16200
Communication System
-
X
16310
Secondary Integral Unit Sub-
stations - Liquid
Filled
X
16395
Medium -Voltage Motor
Control
Equipment
X
16480
600 Volt Class Motor
Control
X
Centers
3. EQUIPMENT DESIGNATIONS.
Spec
Section
Service
11140
Effluent Pumps
Bio-Tower Filter Influent/
Recirculation Pumps
Non -potable Water Pumps
11160
Waste Secondary Sludge Pumps
Secondary Scum Pump
Primary Scum Pump
Primary Sludge Pumps
11185
Submersible Sump Pumps
11370
Bio-Tower Filter Rotary
Distributors
11430
Clarifying Equipment
11950
Laboratory Equipment
14630
Traveling Bridge Crane
15112
Sluice Gates
15114
Slide Gates
15400
Plumbing
15500
Air Conditioning Units
Heat Exchangers
Make-up Air Units
Electric Unit Heaters
Electric Duct Heaters
Centrifugal Blowers
Certificate
0&M of
Manual Compliance
-
X X
X X
X X
X X
X X
X X
Designation
EP-4001, -4002, -4003,
-4004, -4005
IP-2201, -2202, -2203,
-2204, -2205
NP-4001
WP-2401, -2402, -2403,
-3301, -3302, -3303
SP-2401
SP-2101
WP-2101, -2102, -2103
SU-2101
TF-2301, -2302
SC-2101, -2102, -2401,
-2402,
-3101, -3102, -3301, -3302
WS-1401, WCS-1401 thru
-1403,
VP-1401, AC-1401, AD-1401
BC-2101, -2201, -2401,
-4001
SG-2403, -3301, -3302
:SG-2101, -2102, -2401,
-2402,
-3201 thru -3212
EWC-1401, WH-1401, EEW-1401
thru -1404
AHU-1401, -1402, -3201,
-3202,
-3401, CU-1401, -1402,
-1403, -3401
HE-1401
MAU-2101, -2401
EUH-2401, -2402, -4001,
-4002
EDH-1401 thru -1406
CB-1401 thru -1403
r-
r
r
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 01620
(17578 ) -2-
Spec
Section Service
Designation
15500 Power Roof Ventilator
PRV-1401 thru -1408, -2101,
-2102, -2401, -2402, -4001
Control Damper
CD-1401, -1402, -2401, -3201
thru 3208, -4001
Diffuser
SD-1 thru -2
Register
SR-1 thru -2
Grille
RG-1 thru -2
Register
ER-1 thru -2
Grille
SG-1
Thermostats
T-1401 thru -1409, -2101,
-2401, -2402, -2403. -2404,
-3201, -3202, -3401, -4001,
-4002, -4003
Roof Hoods
RE-3201 thru -3204
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 01620
(17578 ) -3-
i
T
T,
r
Section 01630 - PIPELINE SCHEDULE
1. SCOPE. This section consists of a schedule of 6 inch and larger
pipelines indicating the type of pipe to be used. Pipe materials,
installation, and testing are covered in other sections.
Piping 4 inches and smaller is covered in the miscellaneous piping and
plumbing sections. Generally, piping to be furnished with equipment is
not included in the schedule but is covered in the applicable equipment
section.
2. ALTERNATIVE PIPE TYPES. Where more than one type of pipe is indi-
cated for a line in the schedule, the type of pipe material to be
installed may be selected by the Contractor. The details on the
drawings cover only one type of pipe for each line. If a different
material is selected by the Contractor, all details of connections,
jointing, wall fittings, support, anchorage, and harnesses shall be
modified as necessary to produce an equivalent design acceptable to the
Engineer.
3. WALL AND FLOOR FITTINGS. A wall pipe or sleeve will be required for
all pipe passing through concrete walls and floors or masonry block
walls unless otherwise indicated. Wall and floor fittings or sleeves
shall be as indicated on the drawings and specified in the applicable
piping section.
4. SCHEDULE INDEX. Pipe material abbreviations and the specification
sections covering the pipe material are as follows:
Abbreviation
CIP
GLCIP
CISP
Pipe Material
Cast iron pipe
Glass lined cast iron
pipe
Cast iron soil pipe
PCCP Prestressed concrete
cylinder pipe
FRP Fiberglass reinforced
plastic pipe
PVC Polyvinyl chloride pipe
SP Steel pipe
GLSP Glass lined steel pipe
SS Stainless steel
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 01630
(17578 ) -1-
Specification Section
15061
15061
15060
02612
15065
02628, 15060
15060, 15062
15060, 15062
15060
Abbreviation Pipe Material Specification Section
BSP Black steel pipe 15060
PEP Polyethylene pipe 15060
CCP Concrete culvert pipe 02619
5. SCHEDULE. Pipe materials shall conform to the following schedule.
All pipelines indicated on the drawings, and all pipelines required for
proper operation of the equipment furnished, shall be provided whether
listed in the schedule or not.
Size Service
(inches)
42
42
42
42
42
36
36
36
36
36
36
36
36
36
30
30
30
30
30
30
30
30
30
30
30
30
30
30
24
24
24
Transfer/Secondary
Clarifier Effluent
Transfer
Secondary Clarifier Effluent
Aeration Basin Effluent
Aeration Basin Effluent
Aeration Basin Effluent
Secondary Clarifier
Effluent - Plant No. 3
Storm Drain
Primary Clarifier Effluent
Primary Clarifier Effluent
Secondary Clarifier Effluent
Secondary Clarifier
Influent - Plant No. 3
Location
Buried/Encased
Buried/Encased
Buried/Encased
Buried/Encased
Submerged
Submerged
Buried
Buried
Buried/Encased
Interior
Buried/Encased
Buried/Encased
EPS Discharge to LLAS
Buried/Encased
EPS Discharge to LLAS
Exterior/Interior
Plant No. 2 Influent
Buried/Encased
Plant No. 3 Influent
Buried/Encased
Primary Clarifier Influent
Buried/Encased
Primary Clarifier Effluent
Buried/Encased
Bio-Tower Filter Effluent
Buried/Encased
Secondary Clarifier Influent
Buried/Encased
Secondary Clarifier Effluent
Buried/Encased
Air Discharge
Buried
EPS Discharge to LLAS
Exterior
EPS Discharge to LLAS -
Buried/Encased
Storm Drain
Buried
EPS Discharge to HLAS
Buried
EPS Discharge to HLAS
Interior
Aeration Basin Influent
Interior
EPS Discharge to SPS
Buried
EPS Discharge to SPS
Interior
Bio-Tower Filter Influent/
Buried/Encased
Recirculation
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 )
(17578 )
01630
-2-
Material
CIP/PCCP'
CIP/PCCP
CIP/PCCP
CIP/PCCP
CIP
CIP
CIP/PCCP
CCP
CIP/PCCP
CIP/SP
CIP/PCCP
CIP/PCCP
CIP/PCCP
CIP /SP
CIP/PCCP
CIP/PCCP
CIP/PCCP
CIP /PCCP
CIP/PCCP
CIP /PCCP
CIP/PCCP
SP
CIP/SP
CIP/PCCP
CCP
CIP/PCCP
CIP/SP
CIP/SP
CIP/PCCP
CIP /SP
CIP/PCCP
Size Service Location
(inches)
24
Aeration Basin Influent
24
Bio-Tower Filter Influent/
Recirculation
24
Return Activated Sludge -
Plant No. 3
24
Return Activated Sludge -
Plant No. 3
24
Storm Drain
20
EPS Discharge to LLAS
20
Bio-Tower Filter Influent/
Recirculation
20
Air Discharge
18
EPS Discharge to SPS
16
EPS Discharge to Holding
Pond
16
EPS Discharge to Holding
Pond
15
Storm Drain
14
Bio-Tower Filter
Recirculation
14
Bio-Tower Filter
Recirculation
10
Nonpotable Water
10
Nonpotable Water
8
Waste Secondary Sludge
Suction - Plant No. 3
8
Odor Control
8
Odor Control
8
Waste Sludge Discharge
6
Secondary Scum Plant No. 3
6
Secondary Scum Suction
6
Primary Sludge Suction
6
Primary Scum and Sludge
Suction
6
Waste Secondary Sludge
Suction and Discharge -
Plant No. 3
6
Waste Primary Sludge
Discharge
6
Waste Primary Sludge and
Scum Discharge
6
Potable Water
6
Nonpotable Water
6
Odor Control
6
Odor Control
6
Secondary Scum Suction
and Discharge
(LUBBOCK,
TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT
NO. 4 )'
(17578
)
Interior
Exterior
Buried/Encased
Interior
Buried
Exterior
Exterior
Buried
Buried
Buried/Encased
Interior
Buried
Buried
Interior
Buried
Exterior
Interior
Buried
Exterior
Buried/Encased
Buried/Encased
Buried/Encased
Buried/Encased
Interior
Interior
Buried/Encased
Interior
Buried
Buried
Buried
Exterior
Interior
01630
-3-
_ Material
CIP/SP
CIPJSP
CIP/PCCP
CIP/SP
PVC
CIP /SP
CIP/Sp
SP
CIP/PCCP
CIP /PCCP
CIP/Sp
PVC
CIP
CIP/SP
CIP
CIP/SP
CIP/SP
PVC
FRP
GLCIP
GLCIP
GLCIP
GLCIP
GLCIP/GLSP
CIP/SP
GLCIP
GLCIP/GLSP
CIP
CIP
PVC
_FRP
GLCIP/GLSP
Size Service Location Material
(inches)
6 Waste Secondary Sludge Interior GLCIP/GLSP
Suction and Discharge -
Plant No. 2
6 Waste Secondary Sludge Buried/Encased GLCIP
Suction and Discharge - -
Plant No. 2
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 01630
(17578 ) -4-
t
t'
Section 01640 - VALVE
AND FLOW ELEMENT SCHEDULE
r
1. SCOPE. This section
consists of a listing of 6 inch and larger
valves and 3 inch and larger flow elements which have been
assigned an
identifying number on the drawings.
All valves and flow
elements indicated on the drawings or
specified in
other sections shall
be provided whether listed in the schedule or not.
The schedule does not
relieve the Contractor of the responsibility
for
providing all valves
required by the drawings and specifications.
Detailed requirements
for valves scheduled herein are covered
in the
indicated valve sections.
2. ABBREVIATIONS.
cable specification
The abbreviations appearing herein and
section for each type of valve listed
the appli-
are as
follows:
Valve Type
Specification
Abbreviations
Valve Tyne
Section
BV
Butterfly Valve, Cold Water Service
15101
BV
Butterfly Valve, Odor Control
15100
"
CV
Check Valve
15100
PV
Eccentric Plug Valve
15102
al
GV
Resilient -Seated Gate Valve
15104
3. VALVE SCHEDULE.
Valve No.
Size Service
Location
inches
BV-003
30 EPS Discharge to LLAS
Buried
BV-005, -006
36 EPS Discharge to LLAS
Buried
BV-007
16 EPS Discharge to Holding
Buried
Pond
BV-008, -009
36 EPS Discharge to LLAS
Buried
BV-010
18 EPS Discharge to SPS
Buried
BV-011
24 Return Activated Sludge -
Buried
a
Plant No. 3
BV-012
24 EPS Discharge to SPS
Buried
GV-015, -016, -018
6 Potable Water
Buried
-019, -026
t
GV-017, -020, -023,
10 Nonpotable Water
Buried
-024, -025
'"-
GV-021, -022
6 Nonpotable Water
Buried
FE-001
36 EPS Discharge to LLAS
Vault
FE-2101, -2102
14 Bio-Tower Filter
Interior
Recirculation
t
FE-002
24 EPS Discharge to SPS
Vault
'
FE-003
30 EPS Discharge to HLAS
Vault
(LUBBOCK, TEXAS
)
(SEWRP IMPROVEMENT &
EXPANSION)
(CONTRACT NO. 4
) 01640
F
l
(17578
) -1-
Valve No.
Size
Service
'Location
inches
FE-004
36
EPS Discharge to LLAS
Vault
FE-006
24
Return Activated Sludge -
Vault
Plant No. 3
FE-005
16
EPS Discharge to Holding
Vault
Pond
BV-2101,
-2102
14
Bio-Tower Filter
Interior
Recirculation
PV-2101,
-2105, -2107,
6 -
Primary Sludge Suction
Interior
-2109, -2110,
-2111,
-2112
PV-2102,
-2106, -2108
6
Waste Primary Sludge
Interior
Discharge
PV-2103
6
Primary Scum Suction
Interior
CV-2101,
-21039
6
Waste Primary Sludge
Interior
-2104
Discharge
CV-2102
6
Primary Scum Discharge
Interior
PV-2104
6
Primary Scum -Discharge
Interior
BV-2201
thru -2205
20
Bio-Tower Filter
Exterior
Influent/Recirculation
BV-2206,
-2207
24
Bio-Tower Filter
Exterior
Influent/'Recirculation
PV-2401,
-2405, -2407,
6
Waste Secondary Sludge
Interior
-2409, -2410,
-2411,
Suction
-2412
PV-2403
6
Secondary Scum Suction
Interior
PV-2402,
-2406, -2408
6
Waste Secondary Sludge
Interior
Discharge
PV-2404
6
Secondary Scum Discharge
Interior
CV-2401,
-2403, -2404
6
Waste Secondary Sludge
Interior
Discharge
CV-2402
6
Secondary Scum Discharge
Interior
PV-3201
thru--3203
30
Aeration Basin Influent
Interior
PV-3301,
-3303, -3305
6
Waste Secondary Sludge
Interior
Suction - Plant No. 3
PV-3302,
-3304, -3306
6
Waste Secondary Sludge
Interior
Discharge - Plant No. 3
CV-3301
thru -3303
6
Waste Secondary Sludge
Interior
Discharge - Plant No. 3
FE-3301
6
Waste Secondary Sludge
Interior
Suction - Plant No. 3
BV-4001,
-4002, -4003
30
EPS Discharge to LLAS
Exterior
BV-4004,
�-4005
20
EPS Discharge to LLAS
Exterior
BV-4006
10
Nonpotable Water
Exterior
CV-4001,
-4002, -4003
30
EPS Discharge to LLAS
Exterior
CV-4004,
=4005
20"
EPS Discharge to LLAS
Exterior
CV-4006
-
10
Nonpotable Water
Exterior
CV-3304
24
Return Activated Sludge -
Interior
Plant No. 3
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENT & EXPANSION)
(CONTRACT NO. 4 ) 01640'
(17578 ) -2
T
1. SCOPE. This section covers demolition and modifications of existing
structures and miscellaneous items of equipment and accessories as
indicated on the drawings, as specified, or as required to complete the
Work.
1.01. Work Included. Work shall include all cutting, sawing, fitting,
and patching of existing structures, piping, and electrical conduits
required to complete the Work. Items of work that relate to the
modifications shall include, but are not limited to, the following:
Uncovering portions of the Work to provide for installation -of new
piping, structural components, electrical conduits, and equipment.
Remove, replace, or relocate selected equipment and piping.
Remove and replace defective materials.
Provide penetrations of structures for the installation of piping
and electrical conduits.
Constructing new structures and appurtenances at locations
indicated on the drawings.
j Existing piping, electrical ductbank and conduit routing, other details
and equipment locations shown on the drawings are taken from the
original construction record drawings. These data are furnished as a
' matter of information only. There is no expressed or implied guarantee
as to the accuracy of the data.
The Contractor shall assume full responsibility for any and all damages
to the existing buildings and facilities from his operations. He shall
take any necessary photographs of existing construction to verify
existing conditions, and he shall file a report with the Engineer
listing any existing damaged construction before the Work is started.
2. GENERAL.
2.01. Coordination. The Contractor. shall coordinate with the Owner and
Engineer all demolition and modification work with any new work to be
performed to facilitate the completion of the new facility. The Con-
tractor shall coordinate all modification work to allow a continuous,
uninterrupted operation of the existing facility except as indicated in
Section 01300.
Electrical work under this contract shall be arranged to minimize inter-
ference with continued operation of the existing facilities. Each .
interruption shall be kept as short as practicable, may need to be at a
time of low demand, and shall be agreed upon in advance with the -Owner.
It is possible that some work may have to be done at a time other than
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 02050
(17578 ) -1-
the normal working hours. Equipment and circuits may be interrupted if
the Owner agrees in advance to time, duration, and extent of each case.
2.02. Delivery, Storage, and Handling. All materials shall be
delivered,in the original packages bearing the name of the manufacturer
and the brand.
Grout and other cemetitious materials shall be kept dry until ready to
be used; and shall be kept off the ground, under cover, and away from --
sweating walls and other damp surfaces. Reinforcing steel, anchor
bolts, and other metal goods shall be protected against rusting.
The Contractor shall remove and store at the site all material, equip-
ment, -electrical devices, etc:, not designated to be reinstalled, as
specified herein.
2.03. Demolition. Blasting will not be permitted. Demolition work
shall be performed in accordance with all applicable laws and
ordinances. Open burning shall be prohibited.
Certain items of demolition are set out by the drawings and specifica-
tions; however, the demolition work shall not be confined to those
items, but shall include all such work required to complete the project.
All backfilling required in the demolition area shall conform to the
governing requirements of the excavation section.
2.04. Cleaning. The various areas of structure and piping removal
shall be left clean, free of debris, and ready for backfill and
construction.
2.05. Backfill. Any holes or excavation resulting from demolition
or removal operations and not within areas to be occupied by new
construction shall be backfilled in conformity with the requirements of
the earthwork section.
2.06. Disposal. All materials and debris resulting from the removal
and demolition work, which are not noted to be salvaged or reused in the
new construction, shall become the property of the Contractor and shall
be removed from the site to the Contractor's approved place of disposal
at his expense.
All concrete, brick, and masonry may be disposed on City property, 6.2
miles from the-SEWRP'(refer to Figure 1 - 02050). Prior to disposal,
all exposed rebar must be cut from the concrete. This site may also be
used for disposal of excavated material unsuitable for earthfills and
embankments removed from the jobsite, and the Contractor will cover the
concrete rubble with such spoil, if available. All wood, metal, trash,
garbage, and roofing materials must be disposed at the municipal land-
fill. The Contractor will be responsible for tipping fees associated
with disposal of this type of material at the landfill.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 02050 •-
(17578 ) -2-
i
2.07, Removal and Disposal of Sludge and Grit. All sludge and grit
that cannot be drained through substructure piping systems and returned
to the treatment process must be removed from all structures to be
demolished or rehabilitated by the contractor. This sludge and grit
must be hauled by the contractor to city owned sludge drying beds for
drying prior to disposal. City crews will dispose of this sludge and
grit at the municipal landfill.
r, 3. MATERIALS.
3.01. Acceptable Products. Acceptable products shall be as indicated
in the governing specification or as specified herein.
3.02. Materials. Materials used shall comply with the specifications
and standards for each specific product and the following requirements:
Concrete
Grout
Nonshrinking and
Portland Cement
Epoxy Grout
As specified in the cast -in -place
concrete section..
As specified in the grout section.
As specified in the grout section
and herein.
Aggregate Clean, dry graded sand.
3.02.01. Epoxy Mortar Repair. All repairs and modifications except as
modified herein shall be made using epoxy mortar or grout. Epoxy mortar
shall be one part epoxy adhesive and one part oven dried sand by volume.
Concrete repairs shall be formed wherever possible or necessary to hold
epoxy grout in place. When the repair work is formed, the grout mix
shall be one part epoxy adhesive with two parts of oven dried sand and
one part pea gravel.
Sika Chemical Corp. "Sikastic 3708 or "Sikadur Hi -Mod Adhesive",
Adhesive Engineering "Concresive 1001 LPL", or equal, shall be used to
bond plastic concrete to hardened concrete in accordance with the
manufacturer's recommendations.
Epoxy adhesive for the mortar and grout mixes for horizontal applica-
tions shall be Sika Chemical Corp. "Sikastic 320" or "Sikadur Low -Mod
LV", Adhesive Engineering "Concresive 14701, or equal. Epoxy adhesives
for the mortar and grout mixes for vertical applications shall be Sika
Chemical Corp. "Sikastic 360" or "Sidadur Low -Mod Gel", Adhesive
Engineering "Concresive 1459", or equal.
Epoxy paste adhesive for bonding structural steel to hardened concrete
shall be Adhesive Engineering Co. "Concresive AEX-14411, Sika Chemical
i (LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION]
(CONTRACT NO. 4 ) 02050
(17578 ) -3-
Corp., "Sikadur Hi -Mod Gel", or equal, in accordance with the manufac-
turer's recommendations.
The oven dried sand shall be as specified for fine aggregate in the
concrete section,'and pea gravel shall conform to ASTM C33 with a 3/8
inch maximum size.
4. INSPECTION. The Contractor shall make inspection of existing con-
ditions at the site with the Engineer, noting any elements subject to
damage or movement during the modification and cutting operation. At
this time, photographs shall be taken by the Contractor of existing
conditions.
After removal of existing equipment (pumps, motors, pipes, etc.), a
thorough inspection of conditions affecting the installation of products
or performance of the work shall be done, and any unsatisfactory or
questionable conditions existing shall be brought to the attention of
the Engineer who shall provide further instructions.
5. PROTECTION. Before sawing into existing structures, the Contractor
with the Engineer and Owner shall ascertain the type and quantity of
reinforcing steel or if any conduit or piping is buried in the slab or
wall.
Temporary support shall be provided as necessary to assure the struc-
tural value or integrity of the affected portion of the work.
The Contractor shall provide devices and methods to protect other por-
tions of the project from damage during cutting and sawing operations.
5.01. Removal of Existing Facilities. All existing equipment, troughs,
piping, valves, plumbing, castings, electrical conduits, ductbanks,
light fixtures, instrument and control panels, wiring and accessories,
and other facilities which must be removed to complete the work, shall
be removed by the Contractor and disposed. Any materials and equipment
to be salvaged shall remain.the property of the Owner, and shall be
delivered undamaged and neatly stored by the Contractor at a location
designated by the Owner at the plant site. Materials and equipment to
be salvaged are indicated on the drawings. ^
Removal and salvage of any item of equipment or facility shall -include
removal and salvage of all accessories, piping, wiring, supports,
associated electrical starters and devices, lighting fixtures, base
plates and frames, and all other appurtenances unless specifically
indicated or noted to remain. Concrete bases, supports, or foundations
shall be removed unless noted otherwise. Piping and electrical conduits
shall be removed and salvaged together with supports, anchors, hangers,
valves, and fittings
6. MODIFICATIONS TO CONCRETE STRUCTURES. Where existing structures are
to be modified, the 'existing concrete shall be cut or removed where
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 02050 .-
(17578 ) -4-
4
indicated on the drawings. The structural wall or slab _shall be cut
with a concrete saw using a diamond saw blade of the proper size.
i
All dust, laitance, grease, curing compounds, impregnations, waxes,
foreign particles, and disintegrated material shall be removed. If
chipping is necessary, the edges shall be perpendicular to the surface
or slightly undercut. Feather edges will not be permitted.
Where water or a lubricant is used to cool diamond saw blades, adequate
. provision must be made to control the slurry generated by the sawing
operation.
When sawing reinforced concrete, the cutting shall be done so as to not
damage the bond between the concrete -and the reinforcing steel left in
the existing structure. The cut shall be made so that the steel neither
protrudes nor is recessed from the face of the cut.
All defective existing concrete shall be removed down to sound concrete.
After existing concrete has been removed, the Contractor shall clean
the area of work of all dust, laitance and -loose mutter, with water,
compressed air or air/water jets, then fill, repair, and finish the
surfaces flush with adjacent undisturbed surfaces.
Existing reinforcing exposed during removal operations shall be cleaned
and remain in the new construction unless otherwise indicated on the
drawings or acceptable to the Engineer.
Existing reinforcing where indicated on the drawings shall be extended
into the new construction by mechanical connections on additional-
rein-forcement. Mechanical connections shall be as specified in the cast -in -
place concrete section.
Any reinforcement bars the Engineer allows to be cut shall be cut off
not less than one inch inside the finished and repaired surface.
Reinforcement bars and other steel construction to be removed may be
flame cut. Expansion anchors and tie rods shall be used to anchor areas
of new construction that have little or no existing reinforcement -in the
new construction for anchorage.
Existing concrete to be removed shall be cut into fragments and reduced
in size as required to facilitate removal.
Concrete bases of existing equipment that have been relocated or removed
shall be removed down to the reinforcing steel of the supporting slab.
Removal of curb base shall be initiated with a concrete saw, cutting
r, around the perimeter. After existing materials have been removed,
exposed reinforcing steel and structural slab shall be cleaned and
i filled with new concrete finished to match the surrounding surface as
specified under the concrete modification paragraphs of this section.
7. MASONRY MODIFICATIONS. Existing masonry walls shall be removed
where indicated on the drawings or to facilitate construction. Openings
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 02050
(17578 ) -5-
made in masonry walls shall be done in a manner that will not cause
damage to the structure. Area of work shall be supported until lintels
or bond beams have been installed over the openings and properly
anchored structurally to the surrounding masonry units.
Care shall be taken in cutting masonry walls so as to avoid chipping of
adjacent masonry surface that is to remain. Cuts are to be made per-
pendicular to the surface. Feather edges will not be permitted. All
defective or damaged units are to be removed and replaced with new
matching units.
Existing reinforcing exposed during removal operation shall be cleaned
and tied into the new construction, unless otherwise indicated on the
drawings or acceptable to the Engineer.
S. STEEL MODIFICATIONS. Any steel framing to be disassembled and
removed, where indicated on the drawings, shall be done by cutting of
the welded or bolted connections. All cutting shall be performed neat
and clean, then ground smooth and prepared for painting by power tool
cleaning in accordance to SSPC-SP3.
Any exposed existing steel that has any rust shall be power tool cleaned
and given a prime coat of Tnemec "Polyuraprim Series 50-330", and a
finish coat of Tnemec "Hi -Build Epoxoline Series 66", with a minimum dry
film thickness of 7 mils.
9. PIPELINES. Existing underground and above grade piping shall be
cut, removed, abandoned, and disconnected, as specified or as indicated
on the drawings. Pipes that interface with new building construction
shall be removed and plugged 5 feet outside the building .line or as
indicated on the drawings. The open ends of abandoned piping shall be
tightly sealed with a minimum of 12 inch thick cast -in -place concrete
plugs.
Piping shall be disconnected, dismantled, and removed as required and
in such a manner as to minimize disturbing or damaging adjacent con-
struction. At any point or location where new work is to be connected
or installed, the removal of existing work shall.be done so as to
facilitate the new installation work to the maximum possible extent.
10. PAVEMENT REMOVAL. Removal of concrete or asphaltic pavement in
streets, in parking lots, sidewalks and curbs shall be to the limits as
specified herein, as indicated on the drawings, or as required in
performing the Work.
11. ANCHOR BOLT GROUTING. Anchor bolts shall be provided in existing
concrete where indicated on the drawings. Anchor bolt grouting shall be
epoxy grouted as specified in the anchor bolts and expansion anchors
section.
12. FLOOR AND WALL SLEEVES. Where .new conduits or piping are to be
installed through existing concrete floors or walls, holes of minimum
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 02050
(17578 ) -6-
1
size shall be made using a rotary core type drill, except that jack-
hammers may be used for large holes and in other locations where the use
of a core drill is impractical. Piping and sleeves shall be grouted in
the holes where and as indicated on the drawings, and the concrete sur-
faces shall be finished smooth and flush with adjacent surfaces as
indicated on the drawings. Grouting shall conform to the requirements
of the grout section.
13. ELECTRICAL DUCTBANKS AND CONDUITS. Existing electrical ductbanks
and conduits, including overhead, shall be cut, removed, abandoned, dis-
connected. and/or salvaged as indicated on the drawings or as specified
herein. Cables in ductbanks or conduits which are to be demolished or
abandoned shall be disconnected at each end and pulled out where practi-
cal; or, where not pulled out shall be cut off at the conduit with the
ends of each cable taped with Scotch 33 tape or equivalent.
The open ends of conduits shall be plugged; metal conduits with pipe
caps, and PVC plugs for PVC conduits.
Existing electrical ductbanks shall be protected as specified herein
where new electrical ductbanks or piping cross existing ductbanks.
14. FIELD QUALITY CONTROL. Field quality control shall comply with the
applicable specification governing the work, material, or equipment.
(LUBBOCK. TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 02050
(17578 ) --7-
Lt1BBOCK
r—�—� INTERNATIONAL
AIRPORT
I r—�
_
�--•
1
-
it 1 j j
62
:J
92'
� t
SGILE: 1 -2 MILES
1
_
r`----J
LOOP 299 }
Cl
T LIMITS
1
1
}
1
t9tn STREET
SOUTHEAST
---------,
WATER
Qlt.
RECLAMATION
92; }
PLANT Q►
SOtf1 STREET
.;
rn
1
j
I
I
LQ!+P' 2v9
FALO
I
SPRINGS
N
}
LAXE
&CGS S & CA✓A4,0 Of
\84,
•----� rJ2e-vt YlAF Jig S/Y&:
I
r
r
r
Section 02200 - EARTHWORK
1. SCOPE. This section covers earthwork and shall include the
necessary clearing, grubbing, and preparation of the site; removal and
disposal of all debris; excavation and trenching as required; the han-
dling, storage, transportation, and disposal of all excavated material;
all necessary sheeting, shoring, and protection work; preparation of
subgrades; pumping and dewatering as necessary or required; protection
of adjacent property; backfilling; pipe embedment; construction of fills
and embankments; surfacing and grading; and other appurtenant work.
Excavation for roadways is covered in the section pertaining to drives
and sidewalks.
2. GENERAL REQUIREMENTS. With reference to the terms and conditions of
the construction standards for excavations set forth in the OSHA •Safety
and Health Regulations for Construction", Chapter XVII of Title 29, CFR,
Part 1926, the Contractor shall employ a competent person and, when
necessary, a registered professional engineer, to act upon all pertinent
matters of the work of this section.
t" Excavations shall provide adequate working space and clearances for the
work to be performed therein and for installation and removal of
concrete forms. In no case shall excavation faces be undercut for
�-. extended footings.
Subgrade surfaces shall be clean and free of loose material of any kind
when concrete is placed thereon.
Backfilling and construction of fills and embankments during freezing
weather shall not be done except by permission of the Engineer. No
backfill, fill, or embankment materials shall be installed on frozen
surfaces, nor shall frozen materials, snow, or ice be placed in any
backfill, fill, or embankment.
3. CLASSIFICATION OF EXCAVATED MATERIALS. No classification of
excavated materials will be made. Excavation and trenching work shall
include the removal and subsequent handling of all materials excavated
or otherwise removed in performance of the contract work, regardless of
the type, character, composition, or condition thereof.
4. SITE PREPARATION. All sites to be occupied by permanent construc-
tion or embankments shall be cleared of all logs, trees, roots, brush.
tree trimmings, and other objectionable materials and debris. All
stumps shall be grubbed. Subgrades for fills and embankments shall be
P cleaned and stripped of all surface vegetation, sod, and organic top-
soil. All waste materials shall be removed from the site and disposed
of by and at the expense of the Contractor.
r-
5. BLASTING. Blasting or other use of explosives for excavation will
not be permitted.
r (LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
►- (CONTRACT NO. 4 ) 02200
(17578 ) -1-.
6. UNAUTHORIZED EXCAVATION. Except where otherwise authorized,
indicated, or specified, all materials excavated below the bottom of
concrete walls, footings, slabs on grade, and foundations shall be
replaced, by and at the expense of the Contractor, with concrete placed
at the same time and monolithic with the concrete above.
7. DEWATERING. Dewatering equipment shall be provided to remove and
dispose of all surface water and groundwater entering excavations,
trenches, or other parts of the work. Each excavation shall be kept dry
during subgrade preparation and continually thereafter until the struc-
ture to be built, or the pipe to be installed therein, is completed to
the extent that no damage from hydrostatic pressure, flotation, or other
cause will result.
All excavations for concrete structures or trenches which extend down to
or below groundwater shall be dewatered by lowering and keeping the
groundwater level beneath such excavations 12 inches or more below the
bottom of the excavation.
Surface water shall be diverted or otherwise prevented from entering
excavated areas or trenches to the greatest extent possible without
causing damage to adjacent property.
The Contractor shall be responsible for'the condition of any pipe or
conduit which he may use for drainage purposes, and all such pipe or
conduit shall be left clean and free of sediment.
The Contractor shall be responsible for designing a dewatering program
which will not lower the groundwater table in the vicinity of existing
structures.
8. SHEETING AND SHORING. Except where banks are cut back on a stable
slope, excavation for structures and trenches shall be sheeted, braced,
and shored, as necessary to prevent caving or sliding.
Trench sheeting may be removed only if the pipe strength is sufficient
to carry trench loads based on trench width to the back of sheeting.
Trench sheeting shall not be pulled after backfilling. Where trench
sheeting is left in place, such°sheeting shall not be braced against the
pipe, but shall be supported in a manner which will preclude concen-
trated loads or horizontal thrusts on the pipe. Cross braces installed
above the pipe to support sheeting may be removed after pipe embedment
has been completed.
The Contractor's attention is directed to the section pertaining to
trench protective systems.
Steel sheet piling shall be furnished, installed, and left in place at
the locations indicated on the drawings and elsewhere as required to
limit the extent of excavations for the deeper structures and necessary
backfill under adjacent shallower structures, and to protect adjacent
structures and facilities from damage due to excavation and subsequent
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 02200
(17578 ) -2-
�1
N additional payment above the Contract rice will be
construction.o p ym P
made for such sheet piling.
9. STABILIZATION. Subgrades for concrete structures and trench bottoms
shall be firm, dense, and thoroughly compacted and consolidated; shall
be free from mud and muck; and shall be sufficiently stable to remain
firm and intact under the feet of the workmen.
Subgrades for concrete structures or trench bottoms which are otherwise
solid, but which become mucky on top due to constructionoperations,
shall be reinforced with crushed rock or gravel. The stabilizing
material shall be spread and compacted to a depth of not more than
4 inches; if the required depth exceeds 4 inches, the material shall be
furnished and installed as specified for granular fills. The finished
elevation of stabilized subgrades shall not be above subgrade elevations
indicated on the drawings.
9.01. Concrete Seal Slab. A 2 inch minimum concrete seal slab shall be
provided on top of the excavated subgrade for the primary distribution
structure and the pumping station complex at Plant No. 2, secondary
distribution structure at Plant No. 3, and the effluent pumping station.
10. EARTHFILLS AND EMBANKMENTS. Fills and embankments shall be con-
structed to lines and grades indicated on the drawings.
10.01. Materials. To the maximum extent available, excess suitable
material obtained from structure and trench excavation shall be used for
the construction of fills and embankments. Excess suitable material for
fill will be available from Contractor for Contract 2 for filling
j' excavations in demolition areas. Additional material shall be provided
j. as required.
All material placed in fills and embankments shall be.free from rocks or
stones larger than 6 inches in their greatest dimension, brush, stumps,
logs, roots, debris, and organic or other deleterious materials. No
rocks or stones shall be placed in the upper 18 inches of any fill or.
embankment. Rocks or stones within the allowable size limit may be
incorporated in the remainder of fills and embankments, provided they
are distributed so that they do.not interfere with proper compaction.
10.02. Subarade Preparation. After preparation of the fill or embank-
ment site, the subgrade shall be leveled and rolled so that surface
'.. materials of the subgrade will be as compact and well bonded with the
first layer of the fill or embankment as specified for subsequent
layers.
10.03. Placement and Compaction. All fill and embankment materials
shall be placed in approximately horizontal layers not to exceed
8 inches in uncompacted thickness. .Material deposited in piles or ,-
windrows by excavating and hauling equipment shall be spread and leveled
before compaction.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 02200
(17578 ) -3
Each layer of material shall have the best practicable moisture content
for satisfactory compaction. The material in each layer shall be wetted
or dried as required and thoroughly mixed to ensure uniform moisture
content and adequate compaction. Each layer shall be thoroughly com-
pacted to 95-percent of maximum density at optimum moisture content as
determined by ASTM D698. If the material fails to meet the density
specified, compaction methods shall be altered.
Wherever a trench is to pass through a fill or embankment, the fill or
embankment material shall be placed and compacted to an elevation not
less than.12 inches above the top of pipe elevation before the trench is
excavated.
11. GRANULAR FILLS. Granular fills shall be provided where indicated
on the drawings. Granular fills shall be placed on suitably prepared
subgrades and compacted by vibration. Granular fill material shall be
crushed rock or gravel; shall be free from dust, clay, or trash; and
shall be graded 1-1/2 inch to No. 4 as defined in ASTM C33. Granular
fills shall be compacted to not less than 70 percent relative density as
determined by ASTM D4253 and D4254. Filter.fabric shall be provided
below granular fill where indicated on the drawings.
Where granular fills are to be covered with concrete, the top surface
shall be graded to the required subgrade and covered with -polyethylene
film as specified in the cast -in -place concrete concrete section.
12. STRUCTURE FOUNDATION PREPARATION.
12.01. Excavation. Excavations below proposed slabs -on -grade shall
consist of removing all soft or otherwise unsuitable materials to the
depths indicated on the drawings or as determined by the Engineer. In
large, open excavations, the subgrade shall be proofrolled by a loaded
dump truck, or equivalent, to detect the presence of soft or loose
materials for subsequent removal. Excavation of foundation materials
shall be performed by use of techniques and equipment that precludes
disturbance of bearing materials. Should otherwise firm bearing
materials becomedisturbed due to excavation operations, they shall be
recompacted, removed or stabilized to produce a firm, dense and
thoroughly compacted and consolidated subgrade to the satisfaction of
the Engineer.
Where the excavation floor is firm and compact, it shall be scarified,
moisture conditioned and recompacted as specified for earth fills and
embankments.
12.02. Limits of Excavation. In no case shall proposed excavations
undermine existing foundations. -The Contractor shall assume all respon-
sibility to protect existing structures in the vicinity of proposed
construction. Any damage to existing structures resulting from the
Contractor's operations shall be repaired at Contractor's expense.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 02200
(17578 ) -4-
1
L.
12.03. Replacement Materials. Materials used tore lace existing fills
� S
and unsuitable materials and to raise grade to the underside of footings
or slabs shall meet the quality, classification and compaction require-
ments of structural backfill as specified herein. To the maximum
extent, available material removed from excavations meeting the require
r" ments of structural backfill shall be used.
After demolition of existing structures in the area of the proposed bio-
tower filters, and primary/secondary pumping station complex, the
subgrade shall be prepared as specified herein. All concrete, gravel,
rocks, drain tile, and any artificial fill materials shall be removed to
the level of the natural, undisturbed materials. All soft, loose, or
otherwise unsuitable materials shall be removed as specified herein and
the subgrade scarified, moisture conditioned, and recompacted. The
resulting depressions shall be backfilled with structural backfill to
the finish grade indicated on the drawings before excavating for the
structure footings.
12.04. Construction Requirements. Native soils exposed in the excava-
tions and structural backfill exposed at the slab -on -grade subgrade
level shall be periodically wetted to prevent desiccation. Should soils
become desiccated, they shall be removed and replaced, scarified, mois-
ture conditioned and recompacted as specified herein to provide a sub -
grade meeting the moisture content and compaction requirement of
structural backfill. Any soft areas which develop due to excessive
moisture increase shall be dried out or removed prior to placing
replacement materials.
13. PIER EXCAVATION. Portions
of the new construction shall be
supported on cylindrical piers
carried down to a firm bearing as
indicated on the drawings.
Except as otherwise authorized,
excavation of cylindrical shafts shall
be done with a boring machine.
The lower portion of the cylindrical
pier holes shall be flared out
to increase the bearing area which will
transmit the load to the bearing stratum. The dimensions and location
of each pier and the flare at the bottom are indicated on the drawings.
Each pier shall be excavated to
bearing on the elevations indicated on
the drawings. Pier holes shall
be cleaned of all loose material and
debris, and made ready for the
placing of concrete. Concrete work is
covered under the cast -in -place
concrete section.
13.01. Casing. If caving soil or excessive groundwater is encountered,
permanent or temporary casings shall be used. Temporary casing shall be
withdrawn only as concrete is poured, the bottom of the casing always
being below top of concrete until reaching stable soil.
13.02. Tolerances. Allowable tolerances in pier shafts shall.be.a
maximum of 2 inches in horizontal alignment and a maximum of
1-1/2 percent slope from vertical in length of pier.
(LUBBOCK, TEXAS )
` (SEWRP IMPROVEMENTS & EXPANSION)'
(CONTRACT NO. 4 ) 02200
r(17578 ) -5-
These tolerances are separate, but are not cumulative in any one direc-
tion. The magnitude of one tolerance only, whichever is the greater,
may be applied in any direction within a 90 degree quadrant.Any shafts
exceeding .the specified tolerances shall be straightened or shall have
suitable reinforcing steel added.
13.03. Basis for Payment. Pier excavation shall be performed on the
following basis:
r--
a. Excavation will be unclassified to the "bottom of pier" eleva-
tions indicated: on the drawings. These elevations are assumed
to be as indicated on the drawings, and shall be the basis of
the Bid.
b. If suitable bearing is encountered at an elevation above the
"bottom of pier" elevations indicated on the drawings, excava-
tion shall be stopped with the concurrence of the Engineer. A
credit shall be given by the Contractor for the reduced
lengths of piers as stipulated herein._
C. If suitable bearing is not found at the elevation indicated,
excavation shall be continued with the concurrence of the
Engineer until suitable bearing is encountered. An extra
amount will be due the Contractor for the additional lengths
of piers as stipulated herein.
An accurate and detailed log shall be kept by the Contractor for each
pier shaft, indicating the elevation of final bearing, the elevations
and amounts of rock (if any) encountered, and the additional or lesser
amounts of excavation, concrete, and reinforcing steel required. The
log shall be filed with the Engineer upon completion of pier work, and
adjustment in the Contract Price will be made. Adjustment will be made
on the basis of the net quantities for the overall project, not on an
individual pier basis.
14. TRENCH EXCAVATION. No more trench shall be opened in advance of
pipe laying than is necessary to expedite the work. One block or
400 feet (whichever is the shorter) shall be the maximum length of open
trench on any line under construction.
Except where tunneling is indicated on the drawings, is specified, or is
permitted by the Engineer, all trench excavation shall be open cut from
the surface.
14.01. Alignment, Grade, and Minimum Cover. The alignment and grade or
elevation of each pipeline shall be fixed and determined from offset
stakes. Vertical and horizontal alignment of pipes, and the maximum
joint deflection used in connection therewith, shall be in conformity
with requirements of the section covering installation of pipe.
Where pipe grades or elevations are not definitely fixed by the -contract
drawings, trenches shall be excavated to a depth sufficient to provide a
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 02200
(17578 ) -6-
r.
i
F
minimum depth of backfill cover over the to of the pipe of 42 inches in
P P P P
paved or graded streets where surface grades are definitely established
and 36 inches in other locations. Minimum backfill cover over the top
of natural gas piping shall be 18 inches. Greater pipe cover depths may
be necessary on vertical curves or to provide necessary clearance
beneath existing pipes, conduits, drains, drainage structures, or other
obstructions encountered at normal pipe grades. Measurement of pipe
cover depth shall be made vertically from the outside top of pipe to
r
finished ground or pavement surface elevation.
E
14.02. Limiting Trench Widths. Trenches shall be excavated to a width
which will provide adequate working space and sidewall clearances for
proper pipe installation, jointing, and embedment. Minimum trench
widths shall be as follows:
Nominal Minimum Minimum
Pipe Size Trench Width Sidewall Clearance
inches inches inches
Less than 27 Pipe OD plus 24 12
27 through 60 Pipe OD plus nominal ID/2
pipe size
OD a Outside diameter (or span) of conduit.
ID - Inside diameter (or span) of conduit..
The trench width for all buried PVC piping shall not exceed the .outside
diameter of the pipe plus 18 inches. The minimum trench width for all
buried PVC pipe shall be not less than the pipe O.D. plus the nominal
pipe size.
Specified minimum sidewall clearances are not minimum average clearances
but are minimum clear distances which will be required to the trench
excavation or the trench protective system.
Cutting trench banks on slopes to reduce earth load to prevent sliding
and caving shall be used only in areas where the increased trench width
will not interfere with surface features or encroach on right-of-way
limits.
14.03. Mechanical Excavation. The use of mechanical equipment will not
be permitted in locations where its operation would cause damage to
trees,.buildings, culverts, or other existing property, utilities, or
structures above or below ground. In all such locations, hand excava-
ting methods shall be used.
Mechanical equipment used for trench excavation shall be of a type,
design, and construction, and shall be so operated that the rough trench
excavation bottom elevation can be controlled, that uniform. trench
widths and vertical sidewalls are obtained at least from an elevation
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 02200
(17578 ) -7-
one foot above thetopof the installed pipe to the bottom of the
trench, and that trench alignment is such that pipe, when accurately
laid to specified alignment, will be centered in the trench with.
adequate sidewall clearance. Undercutting the trench sidewall to obtain
sidewall clearance will not be permitted.
14.04. Cutting Concrete Surface Construction. Cuts in concrete pave-
ment and concrete base pavements shall be no larger than necessary to
provide adequate working space for proper installation of pipe and
appurtenances. Cutting shall be started with a concrete saw in a manner
which will provide a clean groove at least 1-1/2 inches deep along each
side of the trench and along the perimeter of cuts'for structures.
Concrete pavement and concrete base pavement over trenches excavated for
pipelines shall be removed so that a shoulder not less than 6 inches in
width at any point is left between the cut edge of the pavement and the
top edge of the trench. Trench width at the bottom shall not be greater
than at the top and no undercutting will be permitted. Pavement cuts
shall be made to and between straight or accurately marked curved lines
which, unless otherwise required, shall be parallel to the center line
of the trench.
Pavement removed for connections to existing lines or structures shall
not be of greater extent than necessary for the installation.
Where the trench parallels the length of concrete walks, and the trench
location is all or partially under the walk, the entire walk shall be
removed and replaced. Where the trench crosses drives, walks, curbs, or
other surface construction, the surface construction shall be removed
and replaced between existing joints or between saw cuts as specified
for pavement.
14.05. Excavation Below Pipe Subgrade. Except where otherwise
required, pipe trenches shall be excavated below the underside of the
pipe, as indicated on Figure 1-02200, to provide for the installation of
granular embedment.
14.06. Artificial Foundations in Trenches. Whenever unsuitable or
unstable soil conditions are encountered, trenches shall be excavated
below grade and the trench bottom shall be brought to grade with suit-
able material. In such cases, adjustments will be made in the Contract
Price in accordance with the provisions of the General Conditions.
14.07. Bell Holes. Bell holes shall provide adequate clearance for
tools and methods used in installing pipe. No part of any bell or
coupling shall be in contact with the trench bottom, trench walls, or
granular embedment when the pipe is jointed.
15. PIPE EMBEDMENT. Embedment materials both below and above the
bottom of the pipe, classes of embedment to be used, and placement and
compaction of embedment materials shall conform to the requirements
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 02200
(17578 ) -6-
r--
r
indicated on Figure 1-02200 and to the following supplementary require-
ments.
Embedment material shall contain no cinders. clay lumps, or other
material which may cause pipe corrosion.
15.01. Embedment Classes.
a. Class A Arch Encasement. Class A arch encasement is not
required unless improper trenching or unexpected trench condi-
tions require its use as determined by the Engineer.
b. Class B Bedding. Class B bedding shall be used for all steel,
cast iron, PVC and FRP pipelines, and all other pipelines not
otherwise specified.
C. Class C Bedding. Class C bedding shall be used for all
reinforced concrete and prestressed concrete.
15.02. Embedment for Steel, FRP, and PVC Pipelines. Granular embedment
for steel, FRP, and PVC pipelines shall be pea gravel or crushed rock
with rounded or subrounded particles; crushed rock with sharp edges
which could cause significant scratching or abrasion of the pipe shall
not be used. Inundated sand may be used for granular embedment in
locations where the use of water will cause no damage to adjacent
property and where it can be placed and properly compacted without
damage to the pipe.
Inundated sand, if used for granular embedment, shall conform to the
requirements for inundated sand backfill as specified herein.
15.03. Placement and Compaction. Granular embedment material shall
be spread and the surface graded to provide a uniform and continuous
support beneath the pipe at all points between bell holes or pipe
joints. It will be permissible to slightly disturb the finished
subgrade surface by withdrawal of pipe slings or other lifting tackle.
After each pipe has been graded, aligned, and placed in final position
on the bedding material, and shoved home, sufficient pipe embedment
material shall be deposited and compacted under and around each side of
the pipe and back of the bell or end thereof to hold the pipe in proper
position and alignment during subsequent pipe jointing and embedment
operations.
Embedment material shall be deposited and compacted uniformly and simul-
taneously on each side of the pipe to prevent lateral displacement.
Class C embedment shall be compacted to the top of the pipe in all areas
where compacted backfill is specified.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 02200
(17578 ) -9
Granular embedment for 20 inch and larger pipe shall be vibrated with a
mechanical probe type vibrator during placement to ensure that all
spaces beneath the pipe are filled.
15.03.01. Filter Fabric. Filter fabric shall be a nonwoven fabric
consisting only of continuous chains of polymeric filaments or yarns of
polyester formed into a stable network by needle punching. The fabric
shall be inert to commonly encountered chemicals; shall be resistant to
mildew, rot, ultraviolet light,.insects, and rodents; and shall conform
to the following properties:
Property
Fabric Weight
Grab Strength
Grab Elongation
Mullen Burst
Strength
Apparent Opening
Size
Test Method Unit
ASTM D3776 oz/yd2
ASTM D4632 lb
ASTM D4632 percent
ASTM D3786 psi
CW-02215 U.S. Standard
Sieve Size
Minimum Average
Roll Value (weakest
principal direction)
5.7
155
60
190
70
The filter fabric shall be provided in rolls wrapped with protective
covering to protect the fabric from mud, dirt, dust, and debris.
Complete descriptive and engineering data for the fabric shall be
submitted in accordance with the submittals section. Data submitted
shall include:
A 12 inch square sample of fabric.
Manufacturer's descriptive product data.
Installation instructions.
15.04. Groundwater Barrier. Continuity of embedment material shall be
interrupted by low permeability groundwater barriers to impede passage
of water through the embedment. Groundwater barriers for sewer lines
having manholes with cast -in -place bases shall be compacted soil around
each manhole, meeting soil classification GC, SC, CL, or ML-CL, compac-
ted to 95 percent of maximum density. Material may be finely divided,
suitable job excavated material, free from stones, organic matter, and
debris.
Groundwater barriers for sewer lines having manholes with precast
(developed) bases and for all other pipelines shall be three layers of
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 02200
(17578 ) -10
F
F
F
6 mil polyethylene film, Product Standard PS17, extending the full depth
and width of granular material. and spaced not more than 400 feet apart.
Soil classifications shall be as specified in ASTM 2487.
16. TRENCH BACKFILL. All trench backfill above pipe embedment shall
conform to the following requirements.
A layer of backfill material not more than 8 inches deep may be placed
over concrete arch encasement or 'concrete reaction blocking after the
concrete has reached its initial set, to aid curing. No additional
backfill shall be placed over arch encasement or blocking until the
concrete has been in place for at least 3 days.
16.01. Compacted Backfill. Compacted backfill will be required for the
full depth of the trench above the embedment in the following locations:
Where beneath pavements, surfacings, driveways, curbs, gutters,
walks, or other surface construction or structures.
Where in street, road, or highway shoulders.
In established lawn areas.
The top portion of backfill beneath established lawn areas shall be
finished with at least 12 inches of topsoil corresponding to, or better
than, that underlying adjoining lawn areas.
At the option of the Contractor, compacted backfill may be (a) suitable
job excavated material, (b) inundated sand, or (c) granular material
with geotechnical fabric barrier, or (d) graded gravel, as described
below:
a. Job Excavated Material. Job excavated material may be used
for compacted backfill when the job excavated material is
finely divided and free from debris, organic material, cinders
or other corrosive material, and stones larger than 3 inches
in greatest dimension. Masses of moist, stiff clay shall not
be used. Job excavated materials shall be placed in uniform
layers not exceeding 8 inches in uncompacted thickness. Each
layer of material shall have the best possible moisture
content for satisfactory compaction. The material in each
layer shall be wetted or dried as required and thoroughly
mixed to ensure uniform moisture content and adequate
compaction. Increased layer thickness may be permitted for
noncohesive material if the Contractor demonstrates to the
satisfaction of the Engineer that the specified compacted
density will be obtained. The method of compaction and the
equipment used shall be appropriate for the material to be
compacted and shall not transmit damaging shocks to the pipe.
Job excavated material shall be compacted to 95 percent of
maximum density at optimum moisture content, as determined by
ASTM D698 when that test is appropriate, or to 70 percent
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)'
(CONTRACT NO. 4 ) 02200
(17578 ) -11-.
relative density, as determined by ASTM D4253 and D4254 when
those tests are appropriate.
b. Inundated Sand. Sand for inundated sand backfill shall be
clean, with not more than 25 percent retained on a No. 4 sieve
and not more than 7 percent passing a No. 200 sieve, and shall
have an effective size between 0.10 mm and 0.30 mm. Sand
shall be deposited in, or placed simultaneously with applica-
tion of, water so that the sand is inundated during compac-
tion. During placement, the sand shall be compacted by a
mechanical probe type vibrator. Inundated sand shall be
compacted to 70 percent relative density as determined by
ASTM D4253 and D4254.
C. Granular Material. Granular material for compacted backfill
shall comply with ASTM C33 and shall be coarse aggregate size
Number 467 (1-1/2 inch to No. 4), 5 (1 inch to 1/2 inch),
56 (1 inch to 3/8 inch), or 57 (l inch to No. 4). or shall be
granular embedment material as specified on Figure 1-02200.
Granular material shall be deposited in uniform layers not
exceeding 12 inches in compacted thickness and shall be -
compacted to 70 percent relative density as determined by ^
ASTM D4253 and D4254.
Groundwater barriers specified under pipe embedment shall
extend to the top of the granular material. --
Geotechnical fabric shall be placed between the granular
material and the trench wall. Fabric shall be lapped at least
12 inches at all joints.
d. Graded Gravel. Gravel for compacted backfill shall conform to
the following gradation:
Percent
Sieve Size Passing by Weight
1 inch 100
3/4 inch 85 - 100 _
3/8 inch 50 - 80
No. 4 35 - 60
No. 40 15 - - 30
No. 200 5 - 10
The gravel mixture shall contain no clay lumps or organic
matter. The fraction passing the No. 4 sieve shall have a
liquid limit not greater than 25 and a plasticity index not
greater than 5. Gravel backfill shall be deposited in uniform
layers not exceeding 12 inches in uncompacted thickness. The _
backfill shall be compacted by a suitable vibratory roller or
platform vibrator to not less than 70 percent relative density
as determined by ASTM D4253 and D4254.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 02200 _
(17578 ) -12-
Groundwater barriei s e"CA' d under pipe embedment shall.
P P P
extend to the top of the graded gravel backfill.
16.02. Uncompacted Backfill. Compaction of trench backfill above pipe
embedment in locations other than those specified will not berequired
except to the extent necessary to prevent future settlement. The
Contractor shall be responsible for backfill settlement as specified.
Uncompacted earth backfill material to be placed above embedments shall
be free of brush, roots more than 2 inches in diameter,- debris, cinders,
or other corrosive material, but may contain rubble and detritus from
rock excavation, stones, and boulders in certain portions of the trench
depth.
Uncompacted backfill material above embedments shall be placed.by
methods which will not impose excessive concentrated or unbalanced
loads, shock, or impact on, and which will not result in displacement
of, installed pipe.
Compact masses of stiff clay or other consolidated material more than
one cubic foot in volume shall not be permitted to fall more than 5 feet
into the trench, unless cushioned by at least 2 feet of loose backfill
above pipe embedment.
No uncompacted trench backfill material containing rocks, or rock exca-
vation detritus, shall be placed in the upper 18 inches of the trench,
nor shall any stone larger than 8 inches in its greatest dimension be
placed within 3 feet of the top of pipe. Large stones may be placed in
the remainder of the trench backfill only if well separatedand.so
arranged that no interference with backfill settlement will result.
17. STRUCTURE BACKFILL. Backfill around structures shall be compacted
to the extent necessary to prevent future settlement. Water settlement
will be permitted only where no damage to the work could be caused
thereby. No backfill shall be deposited or compacted in water.
Material for backfill shall be composed of earth only and shall contain
no wood, grass, roots, broken concrete, stones, trash, or debris of any
kind. No tamped or otherwise mechanically compacted backfill shall be
deposited or compacted in water.
18. STRUCTURAL BACKFILL. Backfill materials shall be deposited in
layers not to exceed 8 inches in uncompacted thickness and shall be
compacted to at least 95 percent of maximum density at optimum moisture
content as determined by ASTM D698. Structural backfill materials shall
have a plasticity index, P.I, less than 12. Compaction of structure
backfill by rolling will be permitted, provided the desired compaction
is obtained and damage to the structure is prevented. Compaction of
structure backfill by inundation with water will not be permitted.
r
No backfill shall be deposited or compacted in water.
(LUBBOCK, TEXAS )
` (SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 02200
(17578 ) -13
6
k
Particular care shall be taken to compact structure backfill which will
be beneath pipes, drives, roads, parking areas, walks, curbs, gutters,
or other surface construction or structures. In addition, wherever a
trench is to pass through structure backfill, the structure backfill
shall be placed and compacted to an elevation not less than 12 inches
above the top of pipe elevation before the trench is excavated.
Compacted areas, in each case, shall be adequate to support the item to.
be constructed or placed thereon.
Contractor's placement and compaction of backfill materials around
structures shall be acceptable to the Engineer, and shall be sequenced
and installed so that damage to structures is prevented: Equipment and
methods shall be used that minimize the compactive surcharge load on the
structures, while obtaining the required degree of compaction and
density. The use of heavy rollers or large equipment within 10 feet of
any structure is expressly prohibited. The use of light, manual, com-
paction equipment will be allowable within 10 feet of all structures.
19. TESTS. All tests to ensure that embedment, fill, and backfill
materials and their placement comply with specified requirements shall
be made by an independent testing laboratory at the expense of the
Contractor. The following tests will be`required:
a. Two initial gradation tests for each type of embedment, fill,
or backfill material and one additional gradation test for
each additional 500 tons of each material.
b. Two moisture -density (Proctor) tests in accordance with
ASTM D698 or two relative density tests in accordance with
ASTM D4253 and D4254 'for each type of embedment, fill, or
backfill material proposed, except for granular embedment
material.
C. For pipelines, in -place field density tests at average inter-
vals of 500 feet along the trench.
d. For area fills and embankments, an in -place field density test
for each 5,000 cubic yards of material placed.
20. DRAINAGE MAINTENANCE. Trenches across roadways, driveways, walks,
or other trafficways adjacent to drainage ditches or watercourses shall
not be backfilled prior to completion of backfilling the trench on the
upstream side of the trafficway, to prevent impounding water after the
pipe has been laid. Bridges and other temporary structures required to
maintain traffic across such unfilled trenches shall be constructed and
maintained by the Contractor. Backfilling shall be done so that water
will not accumulate in unfilled or partially filled trenches. All
material deposited in roadway ditches or other watercourses crossed by
the line of trench shall be removed immediately after backfilling is
completed, and the original section, grades, and contours of ditches or
watercourses shall be restored. Surface drainage shall not be
obstructed longer than necessary.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 02200
(17578 ) -14
F
F
f
21. PROTECTION OF TRENCH BACKFILL iJN DRAINAGE COURSES. Where trenches
are constructed in ditches or other watercourses, backfill-shall be
protected from surface erosion. Where the grade of the ditch exceeds'
one percent, ditch checks shall be installed. Unless otherwise
indicated on the drawings, ditch checks shall be concrete. Ditch checks
shall extend at least 2 feet below the original ditch or watercourse
bottom for the full bottom width and at least 18 inches into the side
slopes, and shall be at least 12 inches thick.
22. FINAL GRADING AND PLACEMENT OF TOPSOIL. After other outside work
has been finished, and backfilling and embankments completed and
settled, all areas which are to be graded shall be brought to -'grade at
the indicated elevations, slopes, and contours. All cuts, fills,
embankments, and other areas which have been disturbed or damaged by
construction operations shall be surfaced with topsoil to a depth of at
least 4 inches. Topsoil shall be of a quality at least equal to the
existing topsoil in adjacent areas, free from trash, caliche, stones,
and debris, and well suited to support plant growth.
Use of graders or other power equipment will be permitted for final
grading and dressing of slopes, provided the result is uniform and
equivalent to hand work. All surfaces shall be graded to secure effec-
tive drainage. Unless otherwise indicated, a slope of at least one
percent shall be provided.
Final grading and surfacing shall be smooth, even, and free from clods
and stones larger than one inch in greatest dimension, weeds, brush, and
other debris.
23. DISPOSAL OF EXCESS EXCAVATED MATERIALS. Insofar as needed,
suitable excavated materials shall be used in fills and embankments.
An area will be provided on City property immediately south of the
existing sludge drying beds for storage of material meeting the
requirements for earthfills and embankments suitable for use as back -
fill.
All unused suitable excess excavated materials, together with all
debris, stones, logs, stumps, roots, and other unsuitable materials,
shall be removed from the site and disposed of by, and at the expense
of, the Contractor.
24. SETTLEMENT. The Contractor shall be responsible for all settlement
of backfill, fills, and embankments which may occur within the correc-
tion period stipulated in the General Conditions.
The Contractor shall make, or cause to be made, all repairs or replace-
ments made necessary by settlement within 30 days after notice from the
Engineer or the Owner.
(LUBBOCK, TEXAS
(SEWRP IMPROVEMENTS
(CONTRACT NO. 4
(17578
EXPANSION)
02200
-15-
F
-�
REINFORCING
STEEL
=z0'
WHEN REQUIRED
m
Y.
mar
1 1/4 BC
C�
cc
-�.ioz
BC+ 8" MIN2
�x
NOTES:
m
1. GRANULAR EMBEDMENT MATERIAL SHALL
BE CRUSHED ROCK OR PEA GRAVEL
COARSE AGGREGATE SIZE NUMBER 7
I
ENCASEMENT
(1/2" TO NO.4) ASTM C33.
W
m
MAY BE
PLACED TO
EMBEDMENT MATERIAL SHALL BE
PLACED IN LAYERS NOT MORE THAN
Ll
6" DEEP AND COMPACTED AS
SPECIFIED.
TRENCH
CLASS A
WIDTH
2. HAND PLACED EMBEDMENT SHALL BE
ARCH ENCASEMENT
FINELY DIVIDED MATERIAL FREE
FROM DEBRIS AND STONES.
3. EMBEDMENT ABOVE THE TOP OF THE
-�
Au.
Zc�
PIPE SHALL BE AN UNCOMPACTED
m z
LAYER FOR ALL INSTALLATIONS.
W
U
m
-coz
4. REFER TO SPECIFICATIONS FOR
GEDTECHNICAL FABRIC OR SPECIAL
EMBEDMENT REQUIREMENTS FOR
�.
TRENCHES IN FINE SOILS EXTENDING
W
BELOW GROUNDWATER LEVEL.
S. TRENCH OUTLINES DO NOT INDICATE
ACTUAL TRENCH EXCAVATION SHAPE.
SOIL CONDITIONS. OR PRESENCE OF
m
SHEETING LEFT IN PLACE EMBEDMENT
It
MATERIAL SHALL EXTEND THE FULL
WIDTH OF THE ACTUAL TRENCH
CLASS B
EXCAVATION.
J
-� z m
LEGEND
a
m
mo
co z
BC OUTSIDE DIAMETER OF PIPE
'
H COVER ABOVE TOP OF PIPE
z
D NOMINAL PIPE SIZE
w
m
8 EMBEDMENT BELOW PIPE (SEE TABLE)
o
°D
c\a
HAND PLACED EMBEDMENT
Lu
itm
' ::,,:.. • GRANULAR EMBEDMENT
CLASS C
CONCRETE
TABLE OF EMBEDMENT
DEPTHS BELOW PIPE
e
e
D
SOIL
ROCK
27" A SMALLER
3"
6"
30" TO 60"
4"
9"
66" A LARGER
6"
12"
EMBEDMENTS FOR CONDUITS
�- 1 Bia x& Veatch FIGURE 1-02200
F
Section 02250 - TRENCH PROTECTIVE SYSTEMS
1. SCOPE. The requirements of this section are minimum requirements
and are not intended to limit the scope of the Contractor's safety
program.
2. GENERAL. Trench protective systems shall be provided for all
trenches having a depth exceeding 5 feet.
All trench protection work performed and protective systems installed
shall conform to the requirements set forth in OSHA proposed rule Sub-
part B - Excavations including Appendices, A, B, and C thereto appearing
on pages 12325 through 12336 inclusive in the Federal Register, Vol.
52., No. 72, April 1987, and as amended in 1990 OSHA regulations.
Prior to beginning construction, the Contractor shall submit to Owner
a trench safety plan containing detailed plans and specifications for
�-• adequate trench protective systems. The plan must be designed and
sealed by a professional engineer registered in the State of Texas with
professional experience in trench protection systems. The plan shall be
submitted to the Owner for record purposes only. No review or approval
of the plan shall be made by the Owner. No claims for delay will be
d permitted.
The Contractor shall be solely responsible for trench safety and shall
provide a competent person to supervise trenching activities. The Con-
tractor's trenching supervisor shall be present at the site of trenching
work during all trenching operations.
3. TEST HOLES. Logs of test holes are bound as an'appendix to these
specifications, as indicated in the Special Conditions.
The Contractor shall be responsible for obtaining any additional borings
and soil analysis as required for the design of the trench safety plan.
4. TRENCH PROTECTIVE SYSTEMS. Contractor shall protect trench excava-
tions in accordance with Texas State Law, House Bill 1569. Contractor
may meet the requirements for trench protective systems in three ways:
1. Minimum angle of repose for sloping of the sides of
excavations.
2. Utilization of trench box.
3. Shoring, sheeting, and bracing methods.
Contractor electing to utilize the minimum angle of repose must submit a
detailed plan of the excavation areas with cross sections and assess the
impact on existing right-of-way and infrastructure.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 02250
` (17578 ) -1-
W
Contractor electing to utilize a trench box must submit physical dimen-
sions, materials, position in the trench, expected loads, and the
strength of the box.
Contractor electing to utilize, shoring, sheeting, and bracing must
submit dimensions and materials (to include strengths, grades, etc.) of
all uprights, stringers, cross -bracing, and spacing required.
In addition, Contractor must maintain on file with Owner a current
trench safety program governing its operations hereunder.
5. MEASUREMENT AND PAYMENT. The preparation of the trench"safety plan
and the installation, maintenance, inspection, and removal of trench
protection systems shall be measured and payment made by the lump sum
price bid. A percentage of that lump sum, based upon percentage of
actual work done, shall be included in each application for payment.
Payment shall constitute full compensation for all labor, equipment, and
materials necessary to complete the item.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 } 02250
(17578 ) -2-
i,
Section 02480 - LANDSCAPING
1. SCOPE. This section covers all landscape and lawn planting work.
Extent of landscape work.is shown on drawings. The Contractor shall
provide all materials, labor, and equipment to complete all work in
accordance with the drawings and specifications.
2. QUALITY ASSURANCE.
2.01. Acceptable.Contractor. All landscape work shall be performed by
a landscape contractor having 5 years mininum experience in projects of
similar size and nature. The Contractor shall employ only experienced
personnel who are familiar with the required work and shall provide
adequate supervision by a qualified foreman at all times during work
progress.
3. SUBMITTALS.
3.01.
Planting Schedule. Submit planting
schedule showing coordination
of normal planting times with construction
schedule for other related
work.
3.02.
Submittals. Submit manufacturer's
data, application rates,
mixing
ratios and mixing instructions for
all soil amendments and ferti-
lizers.
Obtain Engineer's approval before
using any materials.
Submit manufacturer's data and installation instructions for all mis-
cellaneous materials.
4. WARRANTY.
4.01. Lawns. Warranty lawns through specified lawn maintenance period
and until final acceptance.
5. MAINTENANCE INSTRUCTIONS. Submit typewritten instructions recom-
mending procedures to be established by Owner for maintenance of land-
scape work for one full year. Submit prior to expiration of: required
maintenance period.
6. MATERIALS.
6.01. Topsoil and Soil Amendments. Provide topsoil to supplement that
(if any) shown as available for reuse at site. Proved clean, fertile,
friable, natural loam obtained from a local, well -drained source.
6.02. Grass Fertilization. Fertilize topsoil for planting grass with a
high -nitrogen content commercial fertilizer, containing 4 percent
phosphorus, 2 percent potash and 15 percent nitrogen in a form that will
be available to the lawn during initial growth period. Apply at
manufacturer's recommended rates.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 02480
(17578 ) -1
7. LAWN INSTALLATION.
7.01. Buf£alograss Seed. A blend of treated predominately Buffalo -
grass (Bucloe dactyloides) seed, complying with the Texas Seed Law, with.
a PLS value of 50 percent. Provide seed of previous season's crop.
Sow seed at the rate of 4 pounds per 1000 square feet.
7.02. Seeding. Sow grass seed uniformly in two directions at speci-
fied rates. Rake seed lightly into top 1/8 inch of lawn surface. Water
thoroughly with fine spray. Keep moist for 14 days minimum.
8. MISCELLANEOUS WORK.
8.01. Gravel Beds.- Where indicated, provide 2 inch depth of natural,
water -worn, hard, clean gravel, size range of 1-1/2" to 3/4" , placed on
8-mil black polyethylene sheet over compacted subgrade.
9. MAINTENANCE. Maintain grass for a period of 60 days or until
complete coverage is achieved and mowed twine. Maintain all other
landscape work for a period of one year. Include watering, weeding,
cultivating, restoration of grade, mowing and trimming grass, protection
from insects and diseases, fertilizing and similar operations as needed
to ensure normal growth and good health for live plant material.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS EXPANSION)
(CONTRACT NO. 4 ) 02480
(17578 ) -2-
r
Section 02525 - DRIVES AND SIDEWALKS
1. SCOPE. This section -covers the furnishing and installing of
asphaltic concrete drives and parking areas, and portland cement con-
crete drives, parking areas, and sidewalks. This section also covers
restoration of the existing asphaltic pavement drive, sidewalks, and
other construction removed or damaged during the progress of the Work.
2. GENERAL. Drives and sidewalks shall be constructed to the lines,
grades, and cross sections indicated on the drawings. Asphaltic con-
crete and concrete paving work shall not be performed until the subgrade
is acceptable to the Engineer.
2.01. Governing Standards. Except as otherwise specified or indicated
on the drawings, materials, equipment, details, and methods of construc-
tion shall conform to the latest edition of the Standard Specifications
for Construction of Highways, Streets and Bridges of the Texas State
Department of Highways and Public Transportation, hereinafter referred
to as SDHPT.
2.02. Weather Limitations. Weather limitations, including minimum
temperatures under which asphaltic drives may be constructed, shall be
as stipulated in the governing standards. No materials shall be placed
when the underlying surface is muddy, frozen, or has frost or water
thereon.
2.03. Protection. All operations of the Contractor in the construction
of drives and sidewalks shall be performed in the manner that will
prevent structures and accessories from being damaged or discolored.
Any damage or discoloration shall be satisfactorily repaired and cleaned
by the Contractor.
3. MATERIALS. Materials for asphaltic concrete drives and concrete
sidewalk shall conform to the following requirements:
Asphalt Cement
Prime Coat
Tack Coat
Asphaltic Concrete
Binder Course
Asphaltic Concrete
Surface Course
Bituminous Material
Expansion Joint Filler,
Type B
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 )
(17578 )
SDHPT Item 300.2(1), AC-20.
SDHPT Item 310,MC-30.
SDHPT Item 300, SS-1.
SDHPT Item 340, Type B.
SDHPT Item 340, Type D.
Governing Standards
ASTM D1752, preformed sponge
rubber, Type I.
02525
-1-
Hot Poured Joint Sealing ASTM D1190.
Compound
Reinforcing In accordance with the cast -in -
place concrete section
Concrete In accordance with the cast -in -place
concrete section.
The grade of asphalt used will depend upon the ambient temperature at
time of application and shall be acceptable to the Engineer. Alternate.
materials for asphaltic concrete material more common to Lubbock may be r
selected, subject to Engineer's concurrence.
4. DESIGN MIXES. A design mix for the asphaltic concrete binder course
and for the surface course, based upon the aggregates to be furnished,
shall be determined by an independent testing laboratory at the expense
of the Contractor and submitted to the Engineer for review. The design
mixes, upon acceptance by the Engineer, shall be the basis for the mixes
to be used in asphaltic concrete pavement constructed under these speci-
fications.
The.design mix shall include the percentage of asphalt cement to be used
per unit weight of dry aggregate. Also, the mix data submitted for
review shall include the following when tested in accordance with
current SDHPT Bulletin C14 and Test Method Tea-204-F:
Density (percent)
Min 95 _
Max 99
Optimum 97
Stability (percent)
Min 35
5. SUBGRADE PREPARATION. All topsoil and vegetation shall be removed
and wasted.. Grade the areas to be paved to the required elevations.
The exposed subgrade in the paved areas should be undercut to a depth
equal to or greater than the total combined thickness of the wearing
surface and base section. Any areas requiring placement of fill shall
be constructed as specified for earth fills and embankments.
The flexible aggregate base shall consist of a six.inch minimum layer,
measured after compaction, of SDHPT 249 Type F, grade 2 material. The
base materials shall be compacted by the Density Control method to at
least 95 percent of maximum density at optimum moisture content as
determined by ASTM D698.
6. ASPHALT CONCRETE CONSTRUCTION. Asphalt concrete paving shall
consist of a 6 inch binder course and a 2 inch surface course with
curb/gutter where indicated on the drawings.
R
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 02525
(17578 ) -2-
F
r
6.01. Prime Coat. After the subgrade has .been accepted by the Engi-
neer, and before placing the asphaltic concrete binder course, a prime
coat shall be applied in accordance with SDHPT 310. Rate of application
shall be between 0.20 and 0.25 gallon per square yard as required to
fill all voids and interstices and uniformly coat the subgrade surface.
The vertical surfaces of concrete edging and other fixed structures
against which asphaltic surfacing is to be placed, and the edge of all
courses at transverse joints and at longitudinal joints shall be given
a uniform coating of cut -back or emulsified asphalt before placing the
adjoining mixture. The bituminous coating shall be applied by methods
which will ensure a uniform coating and in no case shall the -applica-
tion be excessive.
6.02. Base Course. The asphaltic concrete base course shall be con-
structed on prepared subgrade.
Each lift shall be compacted to the maximum density specified. The
surface of each lift shall be smooth and shall parallel the grade and
section shown for the finished paving surface.
6.03. Tack Coat. A bituminous tack coat shall be applied to the sur-
face of the binder course, with the application being done using cut-
back asphalt or asphalt emulsion in accordance with SDHPT Item 300.
6.04. Surface Course. The surface course mixture shall be hauled to
the site of paving and placed as soon as possible after mixing.
[ The placement of the surface course shall be completed over the full
width of the section under construction on each day's run. Materials
shall be placed by finishing machines having automatic screed controls
�+ and traveling string lines and/or other sensing devices riding on
I previously placed pavement.
6.05. Equipment. Equipment and facilities for storage, measuring,
mixing, heating, transporting, spreading, compacting and other opera-
tions shall be in accordance with the applicable requirements of the
SDHPT governing standards. All equipment and facilities shall be
acceptable to the Engineer.
6.06. Density and Compaction. Each course shall be uniformly compacted
to a density of not less than 95 percent of that density developed in
the laboratory test method. Compaction test shall be made with a
nuclear density gauge, with density test taken immediately behind final
rolling. If additional compaction is required, rolling shall be done
while surface is hot. Testing shall be paid for by Contractor.
The pavement may
be compacted
to the required density by the use of
r
compacting equipment other than that required by the governing SDHPT
specifications,
provided the
specified density requirements are met.
E
(LUBBOCK, TEXAS
)
(SEWRP IMPROVEMENTS
& EXPANSION)
(CONTRACT NO. 4
)
02525
I(—
(17578
)
-3-
6.07. Construction Joints. Construction joints shall be made in such
a manner as to ensure a neat junction, thorough compaction, and bond --
throughout.
A transverse joint extending over the full width of the strip being laid
and at right angles to its centerline shall be constructed at the end of
each day's work and'at any other times when the operations of placing
the mixture are suspended for a period of time which will permit the , -
mixture to chill. The forward end of a freshly laid strip shall be
thoroughly compacted by rolling before the mixture has become chilled.
When work is resumed, the end shall be cut vertically for the full depth
of the layer.
Longitudinal joints between strips shall be parallel to the centerline _
of the roadbed. The longitudinal joints between strips shall be not
less than 6 inches distance transversely from like joints in the pre-
viously placed course or layer. When the wearing course is constructed
in an even number of strips, one longitudinal joint shall be on the
centerline of the roadbed and when constructed in an odd number of
strips, the centerline of one strip shall be on the centerline of the
roadbed.
6.08. Surface Tests. When tested with a 10 foot straightedge placed v
parallel to the centerline of the roadway, the surface course shall have
no deviation in excess of 1/8 inch per foot from the nearest point of
contact. No pockets or depressions which cause water to pool shall be
permitted.
7. CONCRETE DRIVES.
7.01. Construction. The concrete drives shall be constructed at the '
locations and of the widths and thicknesses indicated on the drawings.
Reinforcing shall be as indicated on the drawings.
Expansion joint material shall be provided where the pavement abuts a
structure. The Type B expansion joints shall be filled with caulking.
Saw cut dummy joints and construction joints shall be located as
indicated on the drawings.
Forms for drives and integral curb and gutter shall be made of steel or
wood of approved cross section and shall be supported on thoroughly
compacted earth. The depth of the form shall be equal to the required
thickness at the concrete drive or curb. The top face of the forms
shall be maintained in proper position and accurate alignment during
construction operation.
7.02. Finishing. Concrete drives shall be screeded and.given an
initial float finish followed by burlap dragging. Unformed surfaces
shall be given an initial float finish as soon as the concrete has
stiffened sufficiently for proper working. Any piece of coarse
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 02525
(17578 ) -4
F
aggregate which is disturbed by the float or which causes a -surface
irregularity shall be removed and replaced with mortar. Initial
floating shall produce a surface of uniform roughened texture and
appearance with no unnecessary working of the surface.
Initial floating shall be followed by burlap dragging at the time of
initial set. The dragging operation shall be performed as specified in
governing standards, Item 360.8, and shall produce a finish of uniform
texture and color.
8. PAVEMENT AND SIDEWALK REPLACEMENT. Where existing plant entrance
driveway and sidewalks are cut, removed, or otherwise damaged in the
prosecution of the Work, the Contractor shall replace such driveways and
walks (unless otherwise indicated on the drawings) to their original, or
a better state and condition, and to the satisfaction of the Engineer.
8.01. Asphaltic Concrete Pavement. All bituminous surfaced pavements
to be replaced shall be replaced with an asphaltic concrete -surface
course over an asphaltic concrete base course as required to conform to
existing pavement structure.
Pavement replacement shall not begin until the Work has been considered
substantially complete as defined in the Special Conditions of these
specifications.
All materials and construction methods shall conform to the governing
standards and as specified herein. Thickness of base and surface
courses shall equal or exceed existing thickness of similar construc-
tion except that the following minimum thickness shall apply regard-
less of thickness of existing construction:
MINIMUM THICKNESS, INCHES
Asphaltic Concrete Base
6
Asphaltic Concrete Surface 2
8.02. Concrete Walks. Concrete walks removed in connection with, or
damaged as a result of, construction operations under the contract shall
be replaced with new concrete construction. Such walks shall be con-
structed of concrete on a subgrade compacted to 95 percent of maximum
density at optimum moisture content as determined by ASTM D698, shall
have a minimum vertical thickness of 6 inches, and shall be provided as
detailed on the drawings.
Walks shall be float finished, edged with an edging tool, and grooved at
construction joints and at intermediate intervals not in excess of the
width of the walk.
9. PAVEMENT RESURFACING. After all damaged` portions of the existing
driveways have been replaced as specified herein, the entire surface
(LUBBOCK, TEXAS )
(SEWRP .IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 02525
(17578 ) -5-
of the existing driveways shall be resurfaced with a tack coat and two
inches of the asphaltic concrete surface course within the limits
indicated on the drawings. The approximate outline of existing driveway
has been shown on the drawings for general information purposes only.
The Contractor shall field verify the actual width and length to deter-
mine area to be resurfaced. All materials and construction methods —
shall conform to the governing standards and as specified herein.
Where pavement repairs interface with existing pavement, the existing
pavement shall be saw cut to a straight line. Saw cuts shall be
acceptable to the Engineer.
All surfaces on which asphaltic concrete is to be placed shall be clean
and dry. Power sweeping and hand brooming shall be used as required to
properly clean surfaces. Where necessary, compressed air shall be used
to remove dust and debris along the edges of existing surfacing.
Prior to placing the asphaltic concrete, all surfaces, including the
edges of existing surfacing, shall be adequately primed. The mixture
shall be spread on the prepared base to such a depth as will result in
the specified thickness after thorough compaction. Allowance for
compaction, and the density of the mixture after compaction, shall be
uniform across the full width of pavement replacement; in no case shall _
the edges of the new pavement overlap adjacent existing surfaces more
than 2 inches or project above such surfaces more than 1/4 inch. No
mixture shall be used which has a temperature lower than will permit
proper and uniform spreading and consolidation.
After final compression, the pavement shall be free from ragged edges _
and shall have a smooth surface conforming to the established contour of
the original pavement and existing adjacent surfaces. In all cases, the
finished surface shall be acceptable to the Engineer.
10. CONCRETE SIDEWALK CONSTRUCTION
10.01. Construction. The concrete sidewalks shall be constructed at
the locations indicated on the drawings and shall be of the width and
thickness indicated.
The concrete sidewalks shall be reinforced with reinforcing steel in the
center of the slab. The sidewalks shall be sloped to drain across the
walk, whether indicated on the drawings or not.
Expansion joint material shall be provided where the sidewalk abuts any
structure and at intervals of not more than 40 feet. Joints shall be
1/2-inch wide and the full depth of the slab. Joints shall be filled
with preformed sponge rubber expansion joint,filler to 3/4 inch below
the surface, and the upper 314 inch shall be filled with caulking.
Surface preparation and caulking application shall conform to the
requirements of the excavation section and the caulking section,
respectively.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 02525
(17578 ) -6-
F",
r
False contraction joints shall be spaced to equal the width of the
sidewalks and shall be approximately 1/8 inch wide by one inch deep.
10.02. Finishing. The sidewalks shall be floated smooth and even and
given a light broom finish at right angles to the length of the walk.
All outside edges and joints shall be edged with 1/4 inch radius edging
tool. Special care shall be taken to ensure a straight, neat appearance
along the edges of the sidewalks and at all joints.
10.03. Curing. Curing of the sidewalks shall be as specified in the
cast -in -place concrete section.
11. BACKFILLING. The areas adjacent to drives and sidewalks shall be
backfilled with suitable topsoil material, compacted to 95 percent
density at t2 percent of optimum moisture content as determined by ASTM
D698 and in accordance with the contours and details indicated on the
drawings.
12. CLEANUP. Within 2 working days after -completion of pavement or
surfacing repairs on any portion thereof, all equipment, debris and
surplus excavated material shall be completely removed from the site in
order to minimize the damage to pavement or surfacing and inconvenience
to the Owner.
13. SPECIFICATIONS AND DATA. Complete specifications and data covering
the materials furnished under this section shall be submitted in
accordance with the procedure set forth in the submittals section.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 02525
(17578 ) -7-
r
t
Section 02605 — SEWER MANHOLES
1. SCOPE. This section covers standard, drop, and special sewer
manholes. Standard and drop manholes shall be constructed complete with
covers, fittings, and other appurtenances, in accordance with the
details indicated on Figures 1-02605 and 2-02605 at the end of this
section.
Special manholes shall be constructed in accordance with the details
indicated on the drawings.
Steps, frames, and covers for structures other than sewer manholes are
covered in the structural and miscellaneous metals section.
Concrete protective linings shall be installed at the locations speci-
fied in Sections 06620 and 09850.
2. GENERAL. At the option of the Contractor, standard and drop man-
holes may be constructed with cast -in -place concrete bases or precast
concrete (developed) bases as indicated on Figures 1-02605 and 2-02605.
Only manholes which are required to have outside pipe and fittings for
dropping sewage into the lower line will be designated as drop manholes.
Inside drop manholes where the incoming line discharges directly into
the manhole and which do not require special fittings will be considered
standard manholes.
3. MATERIALS.
Cast -in -Place Concrete
Precast Concrete Riser and
Base Sections
Minimum Wall Thickness
Reinforcement
Precast Concrete Cone Sections
Precast Concrete Adjusting
Rings
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 02605
(17578 ) -1-
Materials, handling, forms,
finishing, curing, and other
work as specified in the
concrete section.
Circular, uniform outside
diameter; ASTM C478, except as
modified herein.
1/12 of inside diameter, plus
one inch.
ASTM C478.
Eccentric, ASTM C478; wall
thickness and reinforcement as
specified for riser sections.
Circular, ASTM C478, with shear
keys.
Nonshrinking Grout
Gifford -Hill "Supreme",-L&M
"Crystex", Master Builders
"Masterflow 713 Grout",
Sauereisen Cements "F-100 Level
Fill Grout", or U.S..Grout "Five
Star Grout".
Resilient Manhole/Pipe
A -Lock "Manhole Pipe Seal"
_
Connectors
or Dura-Tech "Dura-Seal".
-�
Mastic Fill
Butyl rubber compatible with
resilient connector material.
Gaskets
Mastic -
Fed Spec SS-S-210; K.T. Snyder
"Ram-Nek', Hamilton -Kent "Kent -
Seal No. 2', or Sheller -Globe
"Tac-Tite". Cross -sectional
area as recommended by manhole
manufacturer.
Rubber
ASTM C361, Section 6.9.1, except
`
gasket shall be synthetic, with
hardness of 40 plus or minus 5
when measured by ASTM D2240,
Type A durometer. Natural
rubber will not be acceptable.
Coal Tar Paint
Kop-Coat "Bitumastic Super
Service Black", Tnemec "46-449
Heavy Duty Black", or Valspar
"35-J-10 Hi -Build Bituminous
Coating".
Castings
ASTM A48, Class 35B or better.
Manhole Rings
Western Iron Works 140 or equal.
and Covers
4. MANUFACTURE. The first riser
sections for use with cast -in -place
bases shall be provided with horseshoe
-shaped boxouts for connecting
piping to be grouted in, or with
circular openings with continuous
circular resilient connectors
cast into the riser wall. Boxouts for
grouting, if used, shall have
surfaces grooved or roughened to improve
grout bond.
-
Precast base sections shall be
provided with circular openings, with
continuous circular resilient
connectors cast into the wall.
(LUBBOCK, TEXAS
)
Y-
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4
) 02605
(17578
) -2-
Resilient connectors shall be installed in accordance with the manufac-
turer's recommendations, except that connectors shall be positioned so
that sealing or resealing operations may be accomplished from inside the
manhole.
Precast sections may be provided with lifting notches on the inside
faces of walls to facilitate handling. Lifting notches shall be not
more than 3 inches deep; holes extending through the wall will not be
acceptable.
If precast concrete base, sections are used,, part of the concrete invert
fill may be furnished with the precast unit; however, a rough surface
shall be provided to improve bond with the final invert fill. At least
the top 2 inches of the concrete invert fill .shall be installed in the
field.
Manhole frames.and covers shall be of good quality gray iron casting and
conform to ASTM Designation A48 (latest revision), having a clear
opening of not less than 22 inches. The casting shall be designed with
a full bearing ring so as to provide a continuous seat between frame and
cover. The cover shall be furnished with lifting ring cast into the
cover in such a manner as to prevent water leaking through. Frame and
cover shall have a weight of not less than 275 pounds. The! manhole ring
and cover shall be Western Iron Works 140 or approved equal.. The cover
shall include lettering, City of Lubbock, Texas Sanitary Sewer.
5. DELIVERY. Precast concrete sections shall not be delivered to the
job until representative concrete control cylinders have attained a
strength of at least 80percent of the specified minimum.
6. HANDLING. Precast concrete sections shall be handled carefully and
shall not be bumped or dropped. Hooks shall not be permitted to come in
contact with joint surfaces.
7. INSPECTION. Precast concrete sections shall be inspected when
delivered and all cracked or otherwise visibly defective units rejected.
S. CONSTRUCTION.
8.01. Bases. If cast -in -place concrete bases are used, concrete shall
be placed on undisturbed earth in accordance with applicable require-
ments of the concrete section.
If precast concrete (developed) bases are used, the subgrade materials
shall be excavated to undisturbed earth and to a uniform elevation which
will permit at least 4 inches of granular embedment material, as speci-
fied in the earthwork section, to be installed and compacted. The
surface of the granular material shall be carefully graded and the base
section accurately set so that connecting pipes will be on proper line
and grade. The elevation of the granular material shall be adjusted as
(LUBBOCK, TEXAS
(SEWRP IMPROVEMENTS
(CONTRACT NO. 4
(17578
EXPANSION)
02605
-3
required until proper grade and alignment of the-base.section`has been
attained.
No wedging or blocking under precast concrete bases will be permitted.
When resilient connectors are used with cast -in -place bases, the
concrete fill under the connecting pipe outside the manhole shall be
deleted and shall be replaced with granular embedment material to
undisturbed earth.
In no case shall the invert section through a manhole be greater than
that of the outgoing pipe. The shape of the invert shall conform
exactly to the lower half of the pipe it connects. Side branches shall
be connected with as large radius of curve as practicable. All.°inverts
shall be troweled to a smooth clean surface.
8.02. Riser and Cone Sections. Circular precast sections shall be
provided with a rubber or mastic gasket to seal joints between sections.
Mastic gaskets shall be used only at temperature recommended by the
manufacturer. Lifting notches in manhole walls shall be filled with
nonshrinking grout.
8.03. Connecting Piping. The space betweenconnecting pipes and the `-
wall of precast sections shall be completely filled with nonshrinking
grout, except where resilient connectors are provided.
When resilient connectors are used, the connecting pipe shall be care-
fully adjusted to proper line and grade, and the'bedding-material shall
be compacted under the haunches and to the springline of the pipe for a _
distance of at least 6 feet from the manhole wall and to at least the
minimum trench width. The pipe shall be installed in the resilient con-
nector prior to backfilling outside the manhole and shall be resealed as
required after completion of the manhole and backfill. All visible
leakage shall be eliminated.
The connecting pipe for installation with resilient connectors shall,be
plain end, square cut spigots and shall not protrude more than one inch
inside the manhole wall. A clear distance of at least one inch from the
end of each connecting pipe and around the pipe shall be provided when
the concrete invert fill is installed. After completion of the manhole,
the boxout shall be filled with mastic filler material, completely
filling the space beneath the pipe and extending to at least the spring
line. The filler material shall provide a smooth, uniform surface
between the inside diameter of the pipe'and the manhole invert.
9. STUBS. Stubs for future connections shall be provided in manholes
at the locations indicated on the drawings. Stubs shall be not less
than V -0" or more than 4'-01 long and shall terminate in a bell and
plug.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 02605
(17578 ) -4-
k
10. DRAWINGS AND DATA. Drawings and data covering precast concrete
sections and castings shall be submitted in accordance with the sub-
mittals section.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 )' 02605
(17578 ) -5-
n
r. crI c� c
YANNOIis wrr140401' SUPS
Inside rdN
manhole
0606019o/t. lopes.
1--16 in butt. to,
2 =4" Dlo. opool
Note:
Top of slob to be merited "TOP"
TYPICAL TOP SLAB REINFORCING PLAN
Mslde lot
sloshole
.P60 6060tt. loco
1-*61" pool too
4 .0" O/o. spot
JYPICAL REDUCER SLAB RFINFORCING PLAN
BLACK & VEATCH
Engineers-Arddlecls
D
cawors fill
stand PIPS to
forum lover/ the Oam@
E
diameter as pipe '
�•:�
s •
� 6"!Tr►1
STANDARD
DROP MANHOLE
Inc YIIN
sr�
I.D. CHOP
Port
le
101111110110"
"
"
00
. N
15
!s
l
)2"
—�Q
��
2-2
—& -
24 "
"
3-0
48
,.—
O
-4
DETAILS Of STANDARD MANHOLES
Width o/ crodls
to b� QA Sell
.e
Figure
2-02605
MANNOIIS wormour STEPS
Grout pips Into boxout,
,. Precast adjusting rings, or provide rsslbsnl ck-IDIC
— -
I Y6"Mox. if required C°"""'°' o See Typical Reducer
. Slab Reinforcing
PlanConcentric orEccentric cone01 — }
section, as specified —• 1 r ';:#:,
STANDARD UPPER SECTION
See Typical Top Slab
�ReInforcing Plan
I ►r�.l
FLAT SLAB UPPER SECTION
LE08N
pPrecast
concrete
Lr� 1►
Concrete, cast -In -place
Pipe bedding material
►'
undisturbed earth
"(TiR1 • I ~gap of end of pipe a
Concrete cradle to opringilne, if resilient corowtor
extend to first joint; deists If is used; fill with }`
resilient connector Is used mostio
ALTERNATIVE �OWEJJ SECTION
(CAST IN PEACE BASE I
to fill
pipe 10
overt the
nameter
IProvide
I" gap of slidt1Pr1*,"W.
2
of pipe; Till withCAST
mosffe
INP.ACE SASSfoP€Q PA
ate
ALTERNATIVE BOTTOM SECTION
Rssl connector
27 INC" AND LARGER SEWERS
I
9EME1iAL NOTES
s
1. All manhole rings to be set in nonshrinking grout.
2. Inside diameter of manholes to be 4!- 0" for
i •� ' ''""'''
pipe Through 24 . 5 O" for rips 27" through
:::
� 0" 36" and 6for pipe 42 through 49" In
"`" granular embodmeM
sire unless otherwise required.
material under manhole 9. This sheaf dole not apply to lowers over
STANDARD LOWER SECTION
ae"In stir.
IeRECASI OR DEVELOPER
8850
BLACK & VEATCH
DETAILS OF
STANDARD MANHOLES
Engineers-Archhecls
t•' i 6' ll rc
f�
1. �' J
l-blbl)5
1
k'
Section 02612 - PRESTRESSED CONCRETE CYLINDER PIPE
1. SCOPE. This section covers prestressed concrete pressure pipe with
a steel cylinder, and steel fittings lined and coated with concrete or
mortar, to be furnished and installed where indicated in the pipeline
schedule.
Pressure and leakage testing and cleaning are covered in other sections.
Pipe trenching, bedding, and backfill are covered in the earthwork
section.
All straight pipe, bends, tees, adapters, closure pieces, and other
t fittings or specials shall be furnished as indicated on the drawings or
required to complete the work. Piping shall be installed complete with
all jointing materials and accessories, anchors and blocking, and other
necessary appurtenances.
Concrete protective linings will be required for sanitary sewer piping
where specified in Section 06620 and 09850,
2. GOVERNING STANDARD. Except as modified or supplemented herein, the
manufacture of prestressed concrete cylinder pipe,
fittings, and
specials shall be governed by AWWA C301. The supplementary
information
required in the foreword of the governing standard
is as follows:
Tabulated Layout Schedule (Sec. 1.5.2)
Required.
Identification Marks (Sec. 1.6)
Required.
Inspection (Sec. 1.7.1)
Not required.
Cement Test Reports (Sec. 1.9.2)
Not required.
Steel Test Reports and Specimens (Sec. 1.9.3
Not required.
and 1.9.4)
Rubber Gasket Test Results (Sec. 1.9.5
Not required.
and 2.11.8)
Affidavit of Compliance (Sec. 1.10)
Required.
Cement
As specified
herein.
Pozzolanic Materials (Sec. 2.1.1)
Not permitted.
Concrete Aggregate Samples (Sec. 2.4)
Not required.
Design Calculations (Sec. 3.2.1)
Required.
is
Welding Details (Sec. 3.5.2)
Not required.
Concrete Mix Designs (Sec. 3.6.2)
Not required.
Specials and Fittings (Sec. 4.1)
As specified
herein.
Structural Steel Connections (Sec. 4.4)
Interior lining
required.
3. MATERIALS. Unless otherwise specified, all materials used in the
manufacture of pipe, fittings, and accessories shall conform to
AWWA C301.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)'
(CONTRACT NO. 4 ) 02612
(17578 ) -1-
Prestressing Wire .
Steel Sheets for Pipe Cylinders
Cement
Joint Ring Gaskets
Joint Lubricant
Joint Grout
Joint Mortar
ASTM A648, wire diameter shall
be not less than 0.192 inch.
Not lessthan16 gage thickness.
Cold -rolled sheets will not be
acceptable.
ASTM C150, Type I or II. Cement
for mortar coating shall be
Type II containing not more than
5 percent tricalcium aluminate.
AWWA C301, Sections 2.11 and
3.4, except polymer shall be
synthetic rubber. Natural
'rubber will not be acceptable.
A vegetable base lubricant
suitable for use in potable
water. Petroleum or animal base
lubricants will not be
acceptable.
One part portland cement to two
parts clean masonry sand mixed
to a pouring consistency. The
sand shall pass a 16 mesh sieve.
Cement used for joint grout
shall be Type II containing not
more than 5 percent tricalcium
aluminate.
One part portland cement to two
parts clean masonry sand mixed
to a stiff consistency. The
sand shall pass a 16 mesh sieve.
Joint Diapers
24 Inch Pipe and Smaller Fabric with steel strap in hems,
at least 7 inches wide.
27 Inch Pipe and Larger Fabric with steel strap in hems,
at least 9 inches wide.
Flanged Joints
Flanges ANSI/AWWA C207,except where .
otherwise permitted or required.
Dimensions and ANSI/AWWA C207, Class D.
Drilling except where otherwise required.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
{CONTRACT NO. 4 ) 02612
(17578 ) -2-
Blind 'Flanges
Insulated Flanges
Insulating Gaskets
Bolt Insulating
Sleeves
Insulating Washers
Backing Washers
Flange Bolting
Material
Type
Bolts and Bolt -Studs
Length
Ends
Threading
Bolt Heads
. Dimensions
Nuts
Dimensions
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 02612;
(17578 ) -3-
Same as pipe flanges to which
they attach, except thickness
shall be as indicated on the
drawings or specified.
PSI Industries, Type E,.pyrox lE
glass reinforced epoxy, 1/8 inch
thick, full face, ID 1/8 inch
less than ID of pipe flange.
PSI Industries Mylar-M,
1/32 inch thick.
PSI Standard, phenolic laminate,
1/8 inch thick.
PSI, steel, 1/8 inch thick.
ASTM A307.
Bolt and nut; bolt -stud and two
nuts permitted for one inch
diameter and larger.
Such that ends project 1/4 to
1/2 inch beyond surface of nuts.
Chamfered or rounded.
ANSI B1.1, coarse thread series,
Class 2A fit. Bolt -studs may be
threaded full length. Studs for
tapped holes shall be threaded
to match threading in holes.
ANSI B18.2.1; regular pattern
for square, heavy pattern for
hexagonal.
Hexagonal.
ANSI B18.2.2, heavy, semi-
finished pattern.
Threading
Gaskets
Mechanical Couplings
Reducing
All Others
Harnessed Restrained Joints
Bolts
Threading
Ends
Nuts
Threading
Dimensions
Washers
Mechanical Joints
Threaded Connections
Coatings
Rust -Inhibitive Primer
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 02612
(17578 ) -4-
ANSI B1.1, coarse thread series,
Class 2B fit.
ANSI/AWWA C207, ring type; Crane
Packing Company "Style 777 -
Cloth Inserted Synthetic Rubber
Sheet Packing" or Garlock
"Style,19 Cloth -Inserted Rubber
Sheet Gasketing".
Dresser "Style 62", Rockwell
"413" and "415", or Baker
"Series 220"; without pipe stop.
Dresser "Style 38", Rockwell
"411 Flexible Coupling", or
Baker "Series 200"; without pipe
stop.
ASTM A193, Grade B7.
ANSI B1.1, Class 2A fit, coarse
thread series for one inch and
smaller and 8-thread series for
1-1/8 inch and larger.
Chamfered or rounded.
Hexagonal, ASTM A194, Grade 2H
or better.
As specified for bolts except
Class 2B fit.
ANSI B18.2.2, heavy, semi-
finished pattern.
Hardened steel, ASTM A325.
ANSI/AWWA C111.
ANSI/ASME B1.20.1, NPT.
Universal type; Ameron "Amercoat
51050, Cook "391-N-167 Barrier
Primer", Koppers "No. 10
Inhibitive Primer", Tnemec "77
Chem -Prime", or Valspar "13-R-28
Chromox Primer".
Rust -Preventive Compound Houghton "Rust Veto 344" or
Rust-Oleum "R-98.
Coal Tar Primer
Koppers "Bitumastic Mill Under-
coat" or Valspar "35-J-6,
Bituminous Black".
Medium Consistency
Koppers "Bitumastic Super
Coal Tar Paint
Service Black", Tnemec "46-449
Heavy Duty Black", or Valspar
"35-J-10 Hi -Build Bituminous
Coating".
Thixotropic Coal Tar
MIL-C-18480; Koppers."Bitumastic
No. 50" or Tnemec "46-450 Heavy
Tnemecol" .
Liquid Epoxy
AWWA C210.
Tape Coating
Protecto Wrap "200GT" or Tape -
coat "CT".
4. BASIS OF DESIGN. Except as modified herein, pipe and fittings shall
be designed in accordance with the governing standard to withstand
simultaneous application of the following external loadings and internal
pressures:
Simultaneous Loadings
Field External Load
Internal Pressure
Pipe
pounds
per lin ft
pounds
per square inch
Size
Location
Cond. A
Cond. B
Cond. C
Cond. A
Cond. H
Cond. C
in.
42
Transfer/Secondary Clarifier
10,534
11,278
10,534
5
5
25
Effluent
42
Transfer
10,534
11,278
10,534
5
5
25
42
Secondary Clarifier Effluent
10,534
11,278
10,534
5 ,.
5
25
42
Aeration Basin 'Effluent
10,534
11,278
10,534
5
5
25
36
Primary Clarifier Effluent
6,468
7,375
6,468
6
6
25
36
Secondary Clarifier Effluent
9,714
10,064
9,714
5
5
25
36
Secondary Clarifier Influent -
9,714
10,064
9,714
7
7
25
Plant No. 3
36
EPS Discharge to LLAS
8,460
9,180
8,460
40
40
150
30
EPS Discharge to BLAB
2,560
4,478
2,560
110
110
150
30
Plant No. 2 Influent
6,592
7,264
6,592
15
15
25
30
Plant No. 3 Influent
7,634
8,162
7,634
15
15
25
30
Primary Clarifier Influent
9,353
9,761
9,353
8
8
25
30
Primary Clarifier Effluent
1,368
3,714
1,368
5
5
25
30
Bio-Tower Filter Effluent
10,335
10,671
10,335
7
7
25
30
Secondary Clarifier Influent
10,335
10,671
10,335
10
10
25
30
Secondary Clarifier Effluent
1,368
3,714
1,368
5
5-
25
30
EPS Discharge to LLAS
4,902
5,892
4,902
40
40
150
24
Bio-Tower Filter Influent/
2,147
3,738
2,147
17
17
50
Recirculation
24
Return Activated Sludge
2,080
3,960
2,088
7
7
50
24
EPS Discharge to BPS
2,147
3,738
2,147
25
25
75
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 02612
(17578 ) -5
Pipe
Size Location
in.
18 EPS Discharge to SPS
16 EPS Discharge to Holding Pond
_ Simultaneous Loadings
Field External Load Internal Pressure
pounds per lin ft pounds per square inch
Cond. A Cond. B Cond. C Cond. A Cond. B Cond. C
2,392 3,213 2,392 25 25 75
920 2,516 920 40 40 150
If the pipe -is designed in accordance with Appendix A of the governing
standard, the equivalent three -edge bearing loads shall be computed by
dividing the specified field external loads by a bedding factor of 1.5.
If the pipe is designed in accordance with Appendix B of the governing
standard, the bedding angle for design calculations shall be 60 degrees.
Incipient crack is defined as a 0.001 inch crack, 12 inches long.
The interior 1/2 inch of pipe core shall not be considered in design
calculations for pipe lined with PVC liner having integral T-shaped
ribs.
Lined cylinder pipe will not be acceptable in sizes larger than 48 inch.
In design of the pipe, only the core thickness shall be considered;
mortar coating shall not be considered as part of the structural wall of
the pipe.
The center -to -center spacing of prestressing wires shall be not less
than two wire,diameters.
All pipe shall be steam cured. Forms for pipe produced by the vertical
casting method shall be left in place at least 12 hours following
concrete placement.
The combined loads of Condition A shall not exceed those represented by
the design load curve in Appendix A or Appendix B of AWWA C301.
The combined loads of Condition B, or of Condition C, shall not exceed
those represented by the transient load curve in Appendix A or
Appendix B of AWWA C301.
The combination of the internal load and 1-1/2 times the external load
of Condition B and the combination of the external load and 2 times the
internal load of Condition C shall be within the ultimate strength of
the pipe.
5. FITTINGS. Fittings shall.comply with Section 4 of AWWA C301.
Fittings shall be designed for the same _external loads and internal
pressures as the adjacent pipe.
Steel plates used in the fabrication of fittings and special sections
shall have a thickness not less than the outside diameter of the
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 02611'
(17578 ) -6-
t
cylinder divided by 165 or 'shall be 1/4 inch thick, whichever is
greater. This minimum wall thickness also applies to the reinforcing
bands or saddles used for outlets in pipe and for beveled pipe.
The use of metal lugs on fittings for ease of handling will not be
permitted.
6. ADAPTERS. Adapters shall be furnished in locations where required
for connection to other types of pipe or appurtenances. A spigot or
bell joint ring shall be welded to the reinforcement for the concrete
pipe portion of the adapter. The other portion of the adapter shall
match the pipe or appurtenance to which it is to be connected.
W The plain ends of adapters to be used with a mechanical coupling shall
have a wall thickness of at least 1/4 inch, a concrete lining at least
3/8 inch thick, and shall be at least 24 inches long.
t=
Adapters with mechanical joint bells for connecting to mechanical joint
rQ cast iron pipe shall have the mechanical joint bell made entirely of
cast or fabricated steel. Mechanical joint, bells fabricated partly of
steel and partly of concrete will not be acceptable.
7. WALL FITTINGS. Fabricated steel wall fittings shall be provided at
the locations indicated on the drawings. Wall fittings shall be the
required length, shall have bells to match the joints on the concrete
pipe, and shall be fabricated by the manufacturer of the pipe to which
they connect.
S. RESTRAINED JOINTS. Where pipe is pressure tested, joints shall be
restrained by clamps, bolts, retaining rings, bolt harness assemblies,
or other method acceptable to the Engineer to the lengths indicated in
the following table. Welding the joint rings will not be acceptable.
Design of harness bolts, if used, shall be based on a maximum stress of
40,000 psi over the tensile stress area of the bolt.
Each restrained joint pipe shall be designed to resist thrust of the
magnitude indicated in the table. The length of pipe having restrained
joints shall be as indicated in the table. The longitudinal thrust
shall be assumed to vary uniformly from a`maximum at the bend or dead
end to zero at the end of the required length of restrained joint
piping. Restrained joints and pipe cylinders shall be designed to
withstand the calculated stresses at all points along the length of pipe
having restrained joints. The maximum longitudinal stress in pipe
cylinders shall not exceed 12,500 psi at the specified working pressure
or 15,000 psi at the specified working pressure plus surge pressure.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION) -
(CONTRACT NO. 4 ) 02612
p (17578 ) -7-
Pipe Size
Teat
Pressure
15-45'
46-90'
Dead End/Valve
inches
si
Thrust
(Kips)
Length
(ft)
Thrust
(Kips)
Length
(ft)
Thrust
(Kips)
Length
(ft)
16
150
16.7
20
40.3
40
40.3
100
is
150
21.0
20
50.7
40
50.7
100
20
50
8.6
10
20.8
20
20.8
10
20
150
25.8
20
62.3
50
62.3
110
24
50
12.1
10
29.2
20
29.2
40
24
75
18.1
10
43.8
30
43.8
60
30
25
9.5
10
23.0
10
23.0
30
30
150
57.2
30
138.2
60
138.2
150
36
25
13.7
10
33.0
20
33.0
30
36
150
$2.0
30
198.0
70
198.0
.170
42
25
18.2
10
43':8
20
43.8
40
When angular deflection is required at restrained bell -and -spigot
joints, special bevels shall be provided for the exact angle.
Deflection obtained by opening joints on one side will not be
acceptable.
9. REDUCERS. Tapered reducers shall be provided at the locations
indicated on the drawings. Reducers shall be concentric and shall have
a diametrical reduction of not more than 3";inches per foot of length.
10. FLANGED JOINTS. Flange faces shall be normal to the pipe axis. The
angular deflection (or layback) of the flange face shall conform to the
requirements of Section 4.3 of ANSI/AWWA C207. All flanges, after
welding to the pipe, shall be refaced, if necessary, to comply with
Section 3.2 of ANSIJAWWA C207.
Pipe lengths and the dimensions and drillings of flanges furnished shall
be coordinated with the lengths and flanges for the valves, fittings,
and other items to be installed in the ,piping. All mating flanges shall
have the same.diameter and drilling and shall be suitable for the pres-
sures to which they will be subjected.
Blind flanges shall conform in diameter and drilling to the flanges to
which they attach. Details of blind flanges shall be subject to review
and acceptance by the Engineer.
Insulated flanged .joints shall be installed in the following locations:
on both sides of all wall pipes; when pipes of dissimilar materials are
connected together; and when buried piping is connected to above grade
piping. The insulated flanged joint accessories shall be installed in
accordance with the recommendations of the manufacturer.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 02612
(17578 ) -8-
11. MECHANICAL COUPLINGS. The middle ring of each mechanical coupling
shall,have a thickness at least equal to that specified for the adapter
on which the coupling is to be used and shall be not less than 10 inches
long for pipe 36 inches and larger and not less than 7 inches long for
pipe under 36 inches in diameter.
The interior surfaces of middle rings shall be prepared for painting in
accordance with instructions of the paint manufacturer and then coated
with liquid epoxy in accordance with AWWA C210. The remaining
components shall be cleaned and shop primed with rust -inhibitive primer.
12. MARKING. Each pipe, fitting, or special section shall have plainly
and permanently marked thereon:
Pipe class.
r
Date of manufacture.
Manufacturer's name or trademark.
On bends, the angle turned, and location of short and long sides.
Identification of specials to show proper location in line.
On beveled pipe, amount of bevel and point.of maximum bevel, marked
r on the beveled end.
1 Markings shall be indented in the pipe or painted thereon with water-
proof paint.
Each end of each bevel end pipe, fitting, or special shall be marked
with a stripe of paint, approximately 1-1/2 inches wide and 2 feet long,
applied along the top center line.
13. HANDLING. Concrete pipe and fittings shall be handled carefully
and shall not be bumped or dropped. Hooks shall not be permitted to
come in contact with joint surfaces.
14. LAYING PIPE. Pipe shall be protected from lateral displacement by
pipe embedment material installed as specified in the excavation sec-
tion. Pipe shall not be laid in water or under unsuitable! weather or
trench conditions.
Pipe shall be laid with bell ends facing the direction of laying except
` when reverse laying is specifically permitted by the Engineer.
Foreign matter shall be prevented from entering the pipe during
installation. No tools, clothing, debris, or other foreign material
shall be placed in the pipe.
M
(LUBBOCK, TEXAS )
t (SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 02612
r (17578 ) -9-
Whenever pipe laying is stopped, the open end of the line shall be
sealed with a watertight plug. All water in the trench shall be removed
prior to removing the plug.
14.01. Cleaning. The interior of all pipe and fittings shall be thor-
oughly cleaned before installation and shall be kept clean until the
work has been accepted.
14.02. Alignment. Piping shall be laid to the lines and grades indi-
cated on the drawings. Pipelines or runs intended to be straight shall
be laid straight. Curves may be formed by using fittings or beveled
joints or by opening the joints.
For sewer lines and drain lines laser beam equipment, surveying instru-
ments, or other suitable methods shall be used to maintain alignmentand
grade. At least one elevation reading shall be made on each length of
pipe. If laser beam equipment is used, periodic elevation measurements
shall be made with surveying instruments to verify accuracy of grades.
If such measurements indicate thermal deflection of the laser beam due
to differences between ground temperature and the air temperature within
the pipe, precautions shall be taken to prevent or minimize further
thermal deflections.
14.03. Joint Opening. The minimum reserve extensibility (distance from
the near edge of the spigot groove to the edge of the.flare.of the.bell)
remaining after joints are deflected shall be not less than the amount
indicated on Figure 1-02612 at the end of this section. For bells
having a depth of straight portion different from that indicated on
Figure 1-02612 and for spigots having sealing and gasket retention space
different from that indicated on Figure 1-02612, the maximum .joint
opening shall be correspondingly adjusted.
The distance from the face of the spigot to the shoulder of the spigot
shall be at least 3/6 inch greater than the joint depth (distance from
face of bell to seat of bell) for 42 inch and smaller pipe, and shall be
at least 1/2 inch greater for pipe larger than 42 inch size.
15. JOINTING.
15.01. Bell -and -Spigot Joints. Rubber and steel joints shall -be -
installed in accordance with the pipe manufacturer's recommendations.
Immediately before the pipes are joined, all spigot and bell surfaces
shall be thoroughly cleaned and bell surfaces shall be coated with joint .-
lubricant. The gasket shall be lubricated and positioned in the spigot
groove so that the gasket is distributed uniformly around the circum-
ference. After each joint is completed, the position of the gasket
shall be checked using a feeler gauge.- If the gasket is not in the
proper position, the joint shall be pulled apart,.the gasket removed and
discarded, and the joint reassembled using a new, properly lubricated
gasket.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION) _
(CONTRACT NO. 4 ) 02612-
(17578 ) -10
o A
Joint lubricant shall be stored in closed containers and ;shall be kept
clean. When installing pipe in cold weather, the joint surfaces and
gaskets shall be kept warm and the joint lubricant shall be prevented
from freezing.
Each exterior joint recess shall be filled with joint grout. A diaper
shall be used to prevent foreign material from entering the joint recess
before grouting and to serve as a form for the grout. Each diaper shall
be of sufficient length to encircle the pipe, leaving enough space
between the ends to allow the grout to be poured into place. Joint
grout shall be poured between the diaper and the pipe and shall be
allowed to run down around to the bottom of the pipe. The grout shall
be rodded, while being poured, using a stiff wire curved to the approxi-
mate shape of the pipe. Each joint recess shall be completely filled
with grout for the full circumference of the pipe.
Not less than two lengths of pipe shall be in final position in advance
of exterior joint grouting. If pipe embedment operations are resumed
before the grout has attained initial set, care shall be taken to pre-
j vent damage to the grout while placing and -compacting embedment
material.
�- After trench backfilling operations have been completed, the inside
joint recess of all 24 inch and larger concrete pipe shall be filled
with joint mortar. Joint surfaces shall be damp, but free from surface
water when the mortar is placed. Mortar shall be thoroughly compacted
to completely fill the recess and shall be finished smooth. All excess
` mortar shall be removed from the pipe.
The inside joint recess of 21 inch and smaller pipe shall be filled with
joint mortar by "buttering" the seat of the bell with mortar. After the
joint is engaged, the mortar shall be smoothed and cleaned with a swab
or by pulling a ball across the joint. All excess mortar shall be
removed from the pipe.
15.02. Flanged Joints. Care shall be taken in bolting flanged joints
so that there is no restraint on the opposite end of the piece which
would prevent pressure from being uniformly applied upon the gasket.
The pipe or fitting must be free to move in any direction while bolting.
Bolts shall be gradually tightened in a'criss-cross pattern, to ensure a
uniform rate of gasket compression around the entire flange.
15.03.- Mechanical Couplings. The ends of the pipe on which mechanical
couplings are to be placed, and the couplings themselves, shall be clean
and free from any dirt or foreign material. Gaskets shall be kept
clean with no foreign matter between them and the packing surfaces.
Wrenches used in bolting couplings shall be of a type and size recom-
mended by the coupling manufacturer. All bolts shall be tightened
approximately the same amount with all parts of the couplings square and
*^ symmetrical with the pipe. After installation, all exposed surfaces of
couplings shall be touched up or reprimed.
f (LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 02612
11-1
(17578 ) -11-
i
15.04. Mechanical Joints. Mechanical joints shall be carefully assem-
bled in accordance with the manufacturer's recommendations. If effec-
tive sealing is not obtained, the joint shall be disassembled,
thoroughly cleaned, and reassembled. Overtightening of gland bolts to
compensate for poor installation practice will not be permitted.
r-
16. CONNECTIONS WITH EXISTING LINES. Where connections are made
between new work and existing piping, such connections shall be made
using fittings suitable for the conditions encountered. Each connection with an existing pipe shall be made at the time and under conditions
which will least interfere with service to customers affected thereby,
and as authorized by the Owner. Facilities shall be provided for proper
dewatering and for disposal of all water removed from the dewatered '—
lines and excavations without damage to adjacent property.
17. CONCRETE ENCASEMENT. Concrete encasement shall be installed where--
and as indicated on the drawings. Concrete and reinforcing steel shall
be as specified in the cast -in -place concrete section. All pipe to be
encased shall be suitably supported and blocked in proper position and
shall be anchored against flotation.
18. PROTECTIVE COATINGS. Unless otherwise specified, metal surfaces -`
shall be protected .as specified herein.
18.01. Shop Coatings. Bolts and flange faces shall be shop coated with
rust -preventive compound as specified.All other metal surfaces, except. _.
steel joint rings, shall be shop primed with coal tar primer as
specified.
All surfaces of steel joint rings exposed in finished pipe shall be
protected from corrosion by a shop -applied coat of rust -inhibitive
primer or a coating of metallic zinc not less than 0.004 inch thick
applied by the metalizing process. --
18.02. Surfaces Exposed Underground. All metal surfaces which will be
in contact with backfill after installation and are not encased in con-
crete shall be cleaned to remove all rust and foreign materials, primed,
and wrapped with two half -lapped layers of field -applied tape coating,
or coated with 35 mils of thixotropic coal tar coating., Tape coating
shall'be applied in accordance with the manufacturer's recommendations.
Backfill adjacent to wrapped surfaces shall consist of clean sand or pea
gravel.
18.03. Surfaces Exposed in Manholes. All metal surfaces exposed inside
-
manholes after installation shall be cleaned and given two coats of
medium consistency coal tar paint. Each coating shall have a minimum
thickness of 20 mils.
19. PRESSURE AND LEAKAGE TESTING. After installation, prestressed
concrete cylinder piping shall be tested for defective workmanship and
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 02612
(17578 ) -12-
materials by being subjected to.a hydrostatic test as set forth in the
pipeline pressure and leakage testing section.
20. CLEANING. After installation, the inside of all prestressed
concrete cylinder piping shall be smooth, clean, and free from blisters,
loose millscale, sand, dirt, and other foreign matter when erected. The
interior of all lines shall be thoroughly cleaned, to the satisfaction
of the Engineer, before being placed in service.
21. DRAWINGS AND DATA. Drawings, specifications, installation sched-
ules, and other data showing complete details of the design, fabrica-
tion, construction, field locations and elevations; and installation of
pipe, fittings, specials, and connections, together with complete data
covering all materials proposed for use, shall be submitted in accord-
ance with the submittals section. The drawings and data shall include,
but shall not be limited to, the following for each size of pipe:
Pipe design.
Details of fittings and specials.
Test reports.
Laying schedule complete with an explanation of all abbreviations
used in the schedule.
(LUBBOCK, TEXAS )
(SDMP IMPROVEMENTS & EXPANSION) -
(CONTRACT NO. 4 ) 02612
(17578 ) -13-
rr;
J
D = Death of straight portion of bell
E - Minimum reserve extensibility
F ■ Sealing and gasket rwmrrtion space
J - Maximum joint opening
Pipe
0
E
F
J
Size
Uvout
Installed
Lavout
Installed
4W1 Onerrriwts art in Inctses1
1
16.30
2-1/4
9/16
7/16
1.1/8
9/16
11/16
36
2.3/8
5/8
1/2
1.1/8
5/8
3/4
42(11
2.3/4
7/8
3/4
1.1/8
3/4
7/8
42(2)
3.1/8
1.1/8
1
1.1/8
7/8
1
48(11
2.7/6
7/8
3/4
1.1/8
7/8
1
48(2)
3.1/8
1
718
1-1/8
1
1-1/8
54
3.1 /8
7/8
3/4
1-1/8
1.1 /8
1.1 /4
68
3.1/4
7/8
3/4
1.1/8
1.1/4
1-3/8
66
3-3/8
7/8
3/4
1-1/8
1.3/8
1-1/2
72
3.1/2
1
7/8
1-1/8
1.3/8
1-1/2
78
3.3/8
1
7/8
1.1/4
1.1/8
1-1/4
84
3.6/8
1
7/8
1.1/4
1-3/8
1-1/2
90
3.3/4
1
7/8
1-1/4
1.1/2
1-6/8
96
3.7/8
1.1/8
1
1.1/4
1.1/2
1-6/8
102
3.6/8
1
7/8
1.1/4
1-3/8
1.1/2
108
4-1/4
1.1/8
1
1-3/8
1-3/4
1-7/8
114
4.1/4
1.1/8
1
1.3/8
1.3/4
1-7/8
120
4-1/4
1.1/8
1
1.3/8
1.3/4
1.7/8
III Lined Cylinder
121 Embedded Cylinder
MAXIMUM JOINT OPENING FOR DEFLECTED RUBBER AND STEEL JOINTS
E3 8=6 V1128 CM I PRESTRESSED CONCRETE
Kaftess Cft. CYLINDER PIPE
Figure 1-02612
Section 02619 - CONCRETE CULVERT PIPE
1. SCOPE. This section covers bar -cage reinforced concrete pipe with
flat rubber-gasketed joints, flexible sealant joints, or mastic joints
to be furnished and installed in stormwater drain lines, culverts, and
drain inlets.
Pipe shall be furnished and installed complete with all fittings,
specials, jointing materials, and other necessary appurtenances.
Pipe shall be installed and tested in accordance with the section on
sewer pipe installation and testing.
Pipe trenching, bedding, and backfill are covered in the earthwork
section.
2. GOVERNING STANDARD. Except as modified or supplemented herein, the
manufacture of concrete culvert pipe shall be governed by ASTM C76.
3. BASIS OF DESIGN. The wall thickness of concrete culvert pipe shall
be not less than ASTM C76, Wall B.
All concrete culvert pipe shall be Class IV.
The absorption of concrete pipe shall not exceed.5.5 percent.
4. MATERIALS. Unless otherwise specified herein, all materials used in ma
nufacture anufacture of pipe, fittings, and accessories shall conform to
ASTM C76.
Cement ASTM C150, Type I or.II.
Gaskets
Flexible Joint Sealant
Mastic
Rubber Joint Filler
(LUBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 02619
(17578 ) -1-
Tricalcium aluminate content
shall not exceed 5 percent.
ASTM C443. The polymer shall be
synthetic rubber; natural rubber
will not be acceptable.
Preformed butyl rubber sealant;
Hamilton -Kent "Kent -Seal No. 20,
Press -Seal Gasket "E-Z Stik",
K. T. Snyder "RUB'R-NEK", or
Concrete Sealants "Conseal
CS102" or "CS2021.
Trowel grade sewer sealing com-
pound; J. P. Petroleum Products
"Tex -Mastic 726" or Grahn
"Anchor-Tite Plastic Mastic
Synthetic.
Hardness 40 plus or minus 5 when measured
by ASTM D2240, Type A durometer.
Tensile -Strength 1,200 psi min.
5. LENGTH." Except for fittings and closure pieces, each piece'of.pipe "r
shall be not less than 6 feet long.
6. JOINTS. Joints shall conform to ASTM C76, and rubber-gasketed —
joints shall also conform to ASTM C443. Joint design shall be suitable
for the joint sealing material to be used.
7. REINFORCEMENT. Circumferential reinforcement shall be full -circle
type. Elliptical or part-circle.reinforcement will not be acceptable.
The total area of longitudinal steel shall be not less than 0.2 percent
of the concrete cross -sectional area of Wall B. Longitudinal bars shall be spaced uniformly around the pipe, and shall be continuous in each
cage.
8. FITTINGS AND SPECIALS. All bends, tees, closure pieces, wall fit-
tings, and other fittings which are indicated on the drawings or
required to complete the work shall be furnished. Except as modified or
otherwise provided herein, the design and manufacture of fittings shall
be governed by the same requirements as the connecting piping.
8.01. Bends. At the option of the Contractor, bends for concrete
culvert pipe shall be fabricated from segments of a steel cylinder with
concrete or mortar lining and reinforced concrete exterior covering, or
from segments of concrete pipe miter cut while the pipe is still green.
The deflection angle between adjacent segments shall not exceed
30 degrees.
Steel cylinders for bends shall be at least USS 10 gage and shall be
lined with concrete or mortar at least 3/4 inch thick. Bends fabricated
from steel cylinders shall be designed for the same three -edge bearing
loads as the adjacent piping.
Bends fabricated from miter -cut segments of green concrete pipe shall
have the concrete removed from around the reinforcing steel as neces-
sary, the steel shall be welded, and the concrete shall be replaced.
After installation, the entire bend shall be encased in concrete.
Concrete encasement shall be at least 8 inches thick all around and
shall extend the full length of the bend. �-
8.02. Wall Fittings. Bell type wall fittings shall be provided at the
locations indicated on the drawings. Wall fittings shall be of the
required length and shall have bells to match the joints on the concrete
Pipe•
8.03. Closure Pieces. Shop fabricated closure pieces are not required.
Closure pieces shall be cut in the field after all pipe, fittings, and
specials indicated on the drawings have been installed. The alignment
(LUBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 02619
(17578 ) -2-
indicated -on the drawings shall be maintained by deflecting joints and
by adding fittings if necessary. The length between structures and P.I.
locations shall be adjusted in the field as required.
Closure pieces shall be field cut from full-length pieces of pipe. At
the option of the Contractor, field cuts may be made with a masonry saw
or may be chiselled and neatly trimmed. Field -cut ends shall be encased
in reinforced collars at least 8 inches thick and extending 18 inches on
each side of the field cuts.
9. MARKING. Each pipe or fitting shall have plainly and permanently
marked thereon:
Pipe class.
Date of manufacture.
Manufacturer's name or trademark.
On bends, the angle turned thereby.
Identification of specials to show the location in the line.
Markings shall be indented in the pipe or painted thereon with
waterproof paint.
10. DELIVERY. Concrete culvert pipe shall not be delivered to the site
until concrete control cylinders representing such pipe shall have
attained a compressive strength of at least 80 percent of the specified
minimum 28 day strength.
11. HANDLING. Concrete pipe and fittings shall be handled carefully
and shall not be bumped or dropped. Hooks shall not be permitted to
come in contact with joint surfaces. Use of lifting holes will not be
permitted.
12. DRAWINGS AND DATA. Drawings, specifications, schedules, and other
data showing complete details of the fabrication and construction of
pipe and fittings, together with complete data covering all materials
proposed for use, shall be submitted in accordance with the: submittals
section. The drawings and data shall include, but shall not be limited
to, the following for each size of pipe:
Data on reinforcement.
Details of joints.
Details of fittings and specials.
Test reports
r;
(LUBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
�., (CONTRACT NO. 4 ) 02619
(17578 ) -3-
is
Section 02628 - POLYVINYL CHLORIDE (PVC) SEWER PIPE
1. SCOPE. This section covers solid wall polyvinyl chloride (PVC)
gravity sewer pipe and fittings to be furnished complete with all joint-
ing materials and appurtenances.
Pipe shall be installed and tested in accordance with the sewer pipe
installation and testing section.
2. MATERIALS.
Pipe and Fittings
4 Inch Through 15 Inch
18 Inch Through 27 Inch
Jointing Materials
Bell -and -Spigot Joints
Gaskets
Field -Cut Joints and
Connections to Other
Piping Materials
ASTM D3034, SDR 35, Cell
Classification 12454-B or
12454-C.
ASTM F679, Wall T-1, Cell
Classification 12454-C.
ASTM D3212, integral bell
push -on type elastomeric gasket
joints.
ASTM F477, synthetic rubber.
Natural rubber will not be
acceptable.
Fernco "Flexible Couplings"
or Mission "Eastern Standard
Band -Seal Couplings" with
stainless steel shear rings.
For Grouted Connections to Rubber ring water stop.
Cast -in -Place Concrete
Manholes
Pipe or fittings having either spiral or concentric external reinforcing
ribs will not be acceptable.
3. DRAWINGS AND DATA. Drawings and data shall be submitted in accord-
ance with the submittals section. Drawings and data shall include, but
not be limited to, the following:
Details of joints.
Gasket material.
Pipe length.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 02628
(17578 ) -1-
Certification in accordance with ASTM D3034, Section 11, or ASTM
F679, Section 10.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 02628
(17578 ) -2-
t.
r
Section 02675 - DISINFECTION
1. SCOPE. All potable water lines constructed under this contract
shall be disinfected as hereinafter specified.
2. GENERAL REQUIREMENTS. All water mains and connecting piping
installed under the contract shall be disinfected.
All disinfection work performed hereunder, including procedure and
methods used therein, shall be subject to the governing requirements
of AWWA standards and any and all requirements thereof relative to said
disinfection work or to methods or procedure used which may be in con-
flict with any provision of this section shall govern and control all
water line disinfection work performed under this contract..
Prior to starting any line disinfection work, the Contractor shall
submit for review a detailed outline of the procedure proposed relative
to sequence of operations, manner of filling and flushing disinfected
mains, the disposal of wasted water, and proposed equipment descrip-
tions. Admission of disinfectant solution into. or the flushing thereof
through, existing mains shall be held to the minimum possible and then
only after proper and adequate measures have been taken to effectively
prevent any such solution or wastewater from entering branch service
connections to water customers.
The Owner will furnish all water required for line flushing and disin-
fection work at no cost to the Contractor as specified in the temporary
facilities section.
Water used in connection with disinfection shall be disposed of in a
manner acceptable to the Engineer. Under no circumstances will contami-
nated water be allowed to come in contact with potable water supplies.
All disinfection work shall be performed in accordance with the require-
ments of the Texas Department of Health, and any and all requirements
t thereof which may be in conflict with the provisions of this specifica-
tion shall govern.
7' 3. FLUSHING. Immediately prior to disinfection, the pipelines to be
disinfected shall be flushed at the maximum velocity which can be
developed and to the satisfaction of the Engineer.
4. DISINFECTION. After the completion of cleaning operations, all
plant water and pipelines conveying treated water (all pipelines down-
stream from the filters) shall be disinfected in accordance with the
requirements of AWWA C601.
During disinfection, all valves shall be operated to ensure that all
appurtenances are disinfected. Valves shall be manipulated in such a
manner that the strong chlorine solution in the line being chlorinated
1 (LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 02675
(17578 ) -1-
1
will not flow back into the supply line. Check valves may be used if
desired.
Following chlorination, all treated water shall be flushed from the
entire length between extremities of each line until the replacement
water throughout its entire length, on test, is satisfactory to the
Engineer.
Should the initial treatment fail to produce the required residual
content, the original chlorination procedure shall be repeated until
satisfactory results are obtained.
Before being placed in service, the pipelines shall be disinfected with
a strong chlorine solution.
4.01. Materials.
Chlorine Gas AWWA B301, handled under
pressure as a liquid.
Calcium Hypochlorite AWWA B300, granules with 70
percent available chlorine.
4.02. Feeding. Chlorine gas shall be used only as a solution.
Introduction of chlorine gas into the pipeline directly will not be
permitted. When chlorine gas is used, a chlorinator and booster pump
with injector shall be provided.
Calcium hypochlorite shall be made into a solution and pumped into the
pipeline with a suitable chemical feed pump.
4.03. _Application. The pipelines shall be disinfected'by either the
continuous feed method or the slug method.
In using the continuous feed method chlorine feed shall be proportional
to the rate of flow into the pipe so that the entering water contains at
least 50 mg/1 of.available chlorine. Chlorine application shall be
continuous until the entire pipeline is filled with the chlorine solu-
tion. The treated water shall be retained in the pipeline for at least
24 hours and the chlorine residual at the end of the period shall be at
least 25 mg/l.
In using the slug method, chlorine shall be fed at a rate that will
produce at least 300 mg/1 in the water entering the pipeline and a
sufficient quantity of water shall be chlorinated so that all parts of
the pipeline will be exposed to chlorine concentration of 300 mg/1 for
at least 3 hours.
During disinfection, all valves shall be operated to ensure that all
appurtenances are disinfected.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 02675
(17578 ) -2-
4.04. Bacteriological Tests. After chlorine solution has been flushed
out of the line, samples shall be collected and tested for bacteriolo-
gical quality. Testing shall be performed by the Texas Department of
t
Health.
4.05. Repetition. If initial disinfection fails to produce satisfac-
tory bacteriological samples, the disinfection shall be repeated until
satisfactory bacteriological samples have been obtained.
i
r-
d
i
f
w
t'
f
Y '
i
i,.
L.
T
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 02675
1
(17578 ) -3-
r-
Section 02702 - SEWER PIPE INSTALLATION AND TESTING
1. SCOPE. This section covers installation and testing of all sewer
pipe and basin and building drains. Sewer pipe and drain materials are
specified in other sections.
Pipe trenching, bedding, and backfill are covered in the excavation
section.
2. HANDLING. Pipe, fittings, and appurtenancesshall be transported,
stored, and handled in a manner which prevents damage. Hooks shall not
be permitted to contact joint surfaces. Plastic pipe shall be shaded if
necessary to prevent curvature due to thermal expansion. Damaged pipe
and fittings shall be removed from the 'site.
3. CLEANING. The interior of all pipe and fittings shall be thoroughly
cleaned before installation and shall be kept clean until the work has
been accepted. All joint contact surfaces shall be kept clean until the
joint is completed.
Foreign material shall be prevented from entering the pipe during
installation. No debris, tools, clothing, or other materials shall be
placed in the pipe.
4. ALIGNMENT. Piping shall be laid to the lines and grades indicated
on the drawings. Batter boards, laser beam equipment, or surveying
instruments shall be used to maintain alignment and grade.
Batter boards, if used, shall be erected at intervals of not more than
25 feet. Batter boards shall be used to determine and check pipe sub -
grades. Not less than three batter boards shall be maintained in proper
position at all times when trench grading is in progress.
If laser beam equipment is used, periodic elevation measurements shall
be made with surveying instruments to verify accuracy of grades. If
such measurements indicate thermal deflection of the laser beam due to
differences between ground temperature and the air temperature within
the pipe, precautions shall be taken to prevent or minimize further
thermal deflections.
5. LAYING PIPE. Lateral displacement of the pipe shall be prevented
during embedment operations. Pipe shall not be laid in water, nor under
unsuitable weather or trench conditions.
Pipe laying shall begin at the lowest elevation with bell ends facing
the direction of laying except when reverse laying is permitted by the
Engineer.
Whenever pipe laying is stopped, the open end of the pipe shall be
closed with an end board closely fitting the end of the pipe, to keep
sand and earth out of the pipe. The end board shall have several small
(LUBBOCK, TEXAS
(SEWRP IMPROVEMENTS
(CONTRACT NO. 4
(17578
& EXPANSION)
02702
-1-
holes near the center to permit water to enter -the pipe and -prevent
flotation in the event of flooding of the trench.
6. JOINTING. All joint preparation and jointing operations shall
comply with the instructions and recommendations of the pipe
manufacturer.
Immediately before rubber-gasketed bell -and -spigot type joints are
pushed together, all joint surfaces shall be coated with the lubricant
furnished with the pipe. The position and condition of each rubber
gasket (unbonded gaskets) shall be checked with a feeler after the joint
is completed.
7. TEE BRANCHES. Tee branches shall be installed at locations desig-
nated by the Engineer. Tee branch locations shall be marked in advance
of the construction of sewers serving any property which will require
sewer service and, if the locations have not been designated, the sewer
construction shall be stopped until the necessary tee branch locations
have been obtained. Tee branches shall be installed with the lower lip
not more than 2 inches below the outside top of the pipe. Tee branches
shall not be covered until each location has been recorded.
Each tee branch shall be marked with a wooden strip extending from the
tee vertically to within one foot of the ground surface. Markers shall
be securely anchored and maintained vertical until backfilling has been
completed. Tee branches shall be closed with a suitable plug.
8. SERVICE CONNECTIONS. Service connections shall not be installed as
vertical risers but shall be laid on a slope not to exceed 2 feet verti-
cal to one.foot horizontal. Each service connection pipe shall have a
solid bearing on undisturbed earth.
9. CONCRETE ENCASEMENT. Concrete encasement shall be installed where
indicated on the drawings. Concrete and reinforcing steel shall be as
specified in the cast -in -place concrete section. All pipe which is to
be encased shall be suitably supported and blocked in proper position
and shall be anchored against flotation.
10. ACCEPTANCE TESTS. Each reach of sewer shall meet the requirements
of the following acceptance tests. All defects shall be repaired to the
satisfaction of the Engineer.
10.01. Lamping. Unless otherwise indicated on the drawings, each
section of sewer line between manholes shall be straight and uniformly
graded. Each such section will be lamped by the Engineer. The Con-
tractor shall furnish suitable assistants to assist the Engineer.
10.02. Exfiltration. An exfiltration test shall be conducted on each
reach of sewer between manholes. The first line between manholes shall
be tested before backfilling and before any sewer pipe is installed in
the remainder of the work. Thereafter, exfiltration testing shall be
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 02702
(17578 ) -2-
i
p,
done after backfilling,- and individual or multiple reaches may be tested
at the option of the Contractor.
Exfiltration tests shall be conducted by blocking off all manhole open-.
ings except those connecting with the reach being tested, filling the
line, and measuring the water required to maintain a constant level in
the manholes. Each manhole shall be subjected to at least one exfiltra-
tion test.
During the exfiltration test, the water depth abovethepipe invert at
the lower end shall be at least to the elevation of the ground surface,
unless otherwise specified. The maximum depth at the lower end shall
not exceed 25 feet and the minimum depth at the upper end shall be at
least 5 feet above the crown of the pipe or 5 feet above groundwater
elevation, whichever is higher.
The total exfiltration shall not exceed 200 gallons per inch of nominal
diameter per mile of pipe per day for each reach tested. For purposes
of determining maximum allowable leakage, nominal diameter and depth of
manholes shall be included. The exfiltration tests shall be maintained
on each reach for at least 2 hours and as much longer as necessary, in
the opinion of the Engineer, to locate all leaks.
The Contractor shall provide, at his own expense, all necessary piping
between the reach to be tested and the source of water supply, and all
labor, equipment, and materials required for the tests. The methods
used and the time of conducting exfiltration tests shall be acceptable
to the Engineer.
V�V 10.03. Low Pressure Air Testing. Low pressure air testing may be used
E in lieu of exfiltration testing for 24 inch diameter and smaller PVC
sewer pipe. Air testing shall not be used for manholes.
Low pressure air testing shall comply with ASTM C828 for PVC pipe. The
schedule of testing shall be submitted to the Engineer prior to starting
r.the tests. The time of conducting the tests shall be acceptable to the
Engineer.
The time elapsed for a one psi drop in air pressure shall be not less
than, nor shall the air loss exceed, the limits set forth in the govern-
ing standard.
If the length of sewer to be tested is submerged or partially submerged
in groundwater, the test pressure shall be increased as required to
overcome the actual static pressure exerted by the groundwater. If a
test pressure greater than 8 psi results, air testing shall not be used,
and exfiltration testing will be required.
Leaks shall be located by testing 50 feet or less sections of pipe.
-
Leaks shall be repaired and the reach of sewer retested.
#.
I (LUBBOCK, TEXAS )
t (SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 02702
(17578 ) -3-
1
10.04;. Infiltration. If, at any time prior to expiration of the ,
correction period stipulated in the Contract, infiltration exceeds
200 gallons per inch of nominal diameter per mile of sewer per day,
the Contractor shall locate the leaks and make repairs as necessary
to control the infiltration.
10.05. Deflection. After backfilling is complete, and prior to accept-
ance of the Work, each reach of PVC sewer shall be checked for excessive
deflection by pulling a mandrel through the pipe, or by other methods
acceptable to the Engineer. The backfill shall bein place 30 days
prior to mandrel testing. Pipe with diametrical deflection exceeding
5 percent of the inside diameter shall be.uncoveied, and the bedding and
backfill replaced to prevent excessive deflection. Repaired pipe shall
be retested. Contractor shall submit data and drawings on type of
mandrel to be used.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 02702
(17578 ) -4-
�I Section 02704 - PIPELINE PRESSURE AND LEAKAGE TESTING
1. SCOPE. This section covers field hydrostatic pressure and leakage
testing of the plant piping systems set forth herein.
Testing of other piping systems (sewers, basin, and building drains) is
covered in the sewer pipe installation and testing section and the
miscellaneous piping section.
2. GENERAL. Unless otherwise specified, testing of plant piping
systems shall be completed prior to final cleaning.
The Engineer shall be present during the performance of all testing work
and shall be notified of the time and place of testing at least 3 days
prior to commencement of the work. All work shall be performed to the
satisfaction of the Engineer.
2.01. Testing Schedule and Procedure. A testing schedule and test
procedure shall be submitted to the Engineer for review and acceptance
not less than 21 days prior to commencement of testing work. The
schedule shall indicate the proposed time and sequence of testing of
each piping system. The testing procedure shall establish the limits of
each plant piping system to be tested, the position of all valves during
testing, the location of temporary bulkheads, and all other procedures
to be followed in performing the required testing work.
2.02. Special Testing Requirements. Unless otherwise permitted,
pressure and leakage tests shall comply with the following special
requirements:
a. All auxiliary hydrant valves shall be closed during pressure
testing so that the test pressure is not applied to the
hydrant valves.
b. Pressure tests shall be conducted prior to connection of new
pipes to existing pipes.
2.03. Water. Water used for testing shall be furnished as stipulated
r". in the temporary facilities section. Water shall be conserved through
t collection and reuse in subsequent testing work. Following completion
of testing work, the water shall be disposed of in a manner acceptable
to the Engineer and Owner. Unless otherwise permitted, the water shall
not be allowed to enter other parts of the pipeline system.
2.04. Filling and Venting. When filling the line with water, care
shall be taken to ensure that all air release valves and other venting
devices are properly installed and in the open position. Hand -operated
vent valves shall not be closed until water flows in an uninterrupted
stream from each valve. Care shall be taken to ensure that the rate at
which the each line is filled with water does not exceed the venting
capacity of the installed air vent valves and devices.
(LUBBOCK, TEXAS
(SEWRP IMPROVEMENTS & EXPANSION)
r (CONTRACT NO. 4 ) 02704
f (17578 ) -1-
2.05. Blocking and Backfilling. Piping shall be adequately blocked,
anchored, and supported before the test pressure is applied.
2.06. Test Eouiyment. All necessary piping connections between the .
line to be tested and the water source, together with pumping equipment,
water meter, pressure gauges, and all other equipment, materials, and
facilities required to perform the specified tests, shall be provided.
All flanges, valves, bulkheads, bracing, blocking, and other section-
alizing devices required shall also be provided by the Contractor. All
temporary sectionalizing devices shall be removed upon completion of
testing. Vents shall be provided in test bulkheads where necessary to
expel air from the line to be tested..
Test pressures shall be applied by means of a force ,pump sized to
provide and maintain the required pressure without interruption during
the test.
Water meters and pressure gauges shall be accurately calibrated and
shall be subject to�review and acceptance by the Engineer.
Permanent gauge connections shall be installed at each location where
test gauges are connected to the piping system during performance of
the required tests. Drilling and tapping of pipe walls will not be
permitted. Upon completion of testing work, each gauge connection shall
be fitted with a removable plug or cap acceptable to the Engineer.
3. PRESSURE TESTING. After the section of line to be tested has been
filled with water, the test pressure shall be applied and maintained
without interruption for 2 hours plus any additional time required for
the Engineer to examine all piping undergoing the test and for the
Contractor to locate all defective joints and pipe materials..
3.01. Test Pressure. Unless otherwise noted, each designated piping
system shall be subjected to the following test pressure measured at the
lowest point in the line:
Piping System Designation
Transfer/Secondary Clarifier Effluent
Transfer
Secondary Clarifier Effluent
Secondary Clarifier Influent
Primary Clarifier Effluent
Primary Clarifier Influent
Aeration Basin Influent
Aeration Basin Effluent
EPS Discharge to LLAS
Plant No. 2 Influent
Plant No. 3 Influent
Bio-Tower Filter Effluent
Bio-Tower Filter Influent/Recirculation
Return Activated Sludge
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 02704
(17576 ) -2-
Test Pressure
psi
25
25
25
25
25
25
25
25
150
25
25
25
50
50
F
r
r
r
Piping System Designation Test Pressure
psi
Bio-Tower Filter Recirculation
25
EPS Discharge to SPS
75
EPS Discharge to Holding Pond
150
Potable Water
125
Nonpotable Water
150
Secondary Scum Suction
25
Secondary Scum Discharge
75
Waste Secondary Sludge Suction
25
Waste Secondary Sludge Discharge
75
Waste Sludge Discharge
75
Primary Sludge Suction
25
Primary Scum Suction
25
Primary Scum Discharge
75
Waste Primary Sludge Discharge
75
4. LEAKAGE. All piping shall be watertight and free
from leaks. Each
leak which is discovered within the correction period
stipulated in the
agreement shall be repaired by and at the expense of
the Contractor.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 02704
(17578 ) -3-
Section 02832 - CHAIN LINK FENCING
1. SCOPE. This section covers chain link fencing and gates. Fencing
shall be provided around basins and elsewhere indicated at structures.
2. FENCE TYPE. Fencing shall conform to the details indicated on the
drawings and shall be of the following general type.
2.01. Structure Fencing. Fencing around structures where indicated
shall consist of aluminum alloy fabric 42 inches high, with aluminum
posts, top rail, and bottom tension wire. The posts shall be set in
sleeves in the top of the concrete wall.
3. MATERIALS.
3.01. Aluminum Alloy Fencing.
Fabric 6061-T94 wire, 6 gage, 2 inch
Posts
Line Posts
Terminal Posts
(End, Corner, and
Pull)
Gate Posts
Top Rails
Rail Couplings
Post Tops
Stretcher Bars
Fabric Ties
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 02832
(17578 ) -1-
mesh, knuckled selvage top and
bottom.
ASTM 8429, 6063-T6, Schedule 40
pipe.
2-3/8 inch OD, 1.26 lb per ft.
2-7/8 inch OD, 2.00 lb per ft.
Gate or leaf 6 ft or less,
2-7/8 inch OD,- 2.00 lb per ft.
ASTM B429, 6063-T6, Schedule 40
pipe, 1-5/8 inch OD, 0.79 lb per
ft.
Outside type, 6 inches long,
ASTM F626.
Cast aluminum alloy, with hole
for top rail, ASTM F626.
6063-T6 or 6061-T6, 1/4 inch by
3/4 inch, or equivalent area.
Aluminum bands or wires,
ASTM F626.
Gate Frames
Tension Wire
Handrail -Setting. Cement
4. GATES.
ASTM B429,'6,063-T6, Schedule 40
pipe, 1-7/8 inch OD, 0.94 lb per
ft; welded construction.
6061-T94, 6 gage.
Mihwax "Super Por-Rok Cement" or
Master Builders, "Set 45
4.01. Swing Gates. Swing type gates shall be hinged to swing
180 degrees from closed to open, complete with frames, latches, stops,
keepers, hinges, fabric, braces and three strands of barbed wire. Gate
leaves shall have intermediate members and diagonal truss rods as
required for rigid construction and shall be free from sag or twist.
When adjacent fence has barbed wire, gates shall be fitted with vertical
extension arms or shall have frame end members extended to carry barbed
wire. Joints between frame members shall be made by welding or by means
of heavy fittings, and shall be rigid and watertight. Gate fabric shall
be same as fence fabric and shall be attached to frame ends by stretcher
bars, bolt hooks, or other mechanical means.
Hinges shall be heavy pattern with large bearing surfaces and shall not
twist or turn under the action of the gate. Latches shall be plunger
bar type, full gate height, and arranged to engage the gate stop, except
single gates less than 10 feet wide shall be provided with a forked
latch. Latches shall be arranged for padlocking, with the padlock
accessible from both sides of the gate. Stops shall consist of a
roadway plate with anchor set in concrete and arranged to engage the
plunger. Keepers shall consist of mechanical devices for securing and
supporting the free end of the gates when in the full open position.
Gates shall be installed so that they cannot be removed without disas-
sembly of the hardware. Hardware attachment bolts shall be peened so
that removal will be difficult.
5. FENCE CONSTRUCTION. The installed fence shall conform to the
alignment and finish grade indicated. All posts shall be plumb. Unless
otherwise indicated on the drawings, posts shall be spaced; approximately
6 feet apart for fencing at structures. Where necessary, the fence
grade shall be adjusted to fit the ground contour by slipping the fence
fabric links. Ground surface irregularities shall be graded as required
to maintain not more than 2 inch clearance below the bottom of the fence
fabric.
Where the fencing is supported by a concrete structure, posts shall be
set in sleeves that provide at least 1/4 inch clearance all around.
Sleeves shall be fabricated from Schedule 40 black steel pipe and
hot -dip galvanized afterfabrication. Sleeves shall be 5 inches long
unless otherwise indicated on the drawings. Sleeves shall be rigidly
supported in accurate alignment in the forms and shall be positioned
vertically so that the top of the sleeve is approximately 1/2 inch below
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 02832
(17578 ) -2-
the finished concrete surface. Posts shall be wedged in accurate
alignment, and the annular space between posts and sleeves shall be
filled with handrail -setting cement to the top of the steel sleeve.
Filling of the remaining space with sealant, as indicated on the
drawings, is covered in the caulking section.
Top rails and bottom tension wires shall be installed before the fabric.
Top rails shall be furnished in at least 18 foot lengths and shall be
securely connected to gate and terminal posts. Tension wires shall be
installed approximately 6 inches above grade and shall be attached to
each post and securely anchored at terminal and gate posts. Straight
runs between braced posts shall not exceed 1,500 feet. A terminal post
shall be provided at each change in slope.
Fabric shall be attached to the top rail and bottom tension wire at
24 inch centers, and to the line posts at 15 inch centers. Stretcher
bars shall be provided at each gate and terminal post. Each stretcher
bar shall be threaded through the fabric and anchored to the post at
15 inch centers by positive mechanical means.
Each gate and terminal post shall be braced by a horizontal pipe brace
and an adjustable truss extending to an adjacent line post. Corner
posts shall be braced in both directions.
Fabric shall be stretched taut and anchored so that a pull of 150 pounds
at the middle of a panel will not lift the bottom of the fabric more
than 6 inches.
All surfaces of aluminum which will be in contact with concrete, mortar,
or dissimilar metals shall be given a heavy coat of coal tar paint.
6. DRAWINGS AND DATA. Complete detail drawings and specifications for
the fence, gates, and accessories shall be submitted in accordance with
the submittals section.
fl (LUBBOCK, TEXAS )
d (SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 02832
(17578 ) -3-
Section 03300 — CAST -IN -PLACE CONCRETE
1. SCOPE. This section covers all cast -in -place concrete, including
reinforcing steel, forms, finishing, curing, insulation, and other
appurtenant work.
2. GENERAL.
2.01. General Requirements. All cast -in -place concrete shall be accu-
rately formed and properly placed and finished as indicated on the
drawings and specified herein.
The Contractor shall inform the Engineer at least 24 hours in advance of
the times and places at which he intends to place concrete.
2.02. Data and Drawings. All submittals of data and drawings shall be
in accordance with the submittals section unless otherwise noted herein.
3. MATERIALS.
Cement ASTM C150, Type I, II, or III.
Fly Ash ASTM C618, Class F, except loss
on ignition shall not exceed
4 percent.
Fine Aggregate Clean natural sand, ASTM C33.
Artificial or manufactured sand
will not be acceptable.
Coarse Aggregate Crushed rock, washed gravel, or
other inert granular material
conforming to ASTM C33, except
that clay and shale particles
shall not exceed one percent.
Water Clean and free from deleterious
substances.
Admixtures
Retarder ASTM C494, Type D, nonair-
entraining solution of metallic
salts of hydroxylated carboxylic
acids; Grace "Daratard-HC",
Master Builders "MB-HC", Protex
"Protard", or Sika Chemical
"Plastiment".
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 03300
(17578 ) -1-
Plasticizer
Air -Entraining Agent
Reinforcing Steel
Bars, Except Weldable
Bars, Weldable
Beam Stirrups and
Column Ties
Column Spirals
Welded Wire Fabric
Bar Supports
Mechanical Connection
Forms
Prefabricated
Plywood
Fiberboard
ASTM C494, Type A, nonair-
entraining solution of metallic
salts of hydroxylated carboxylic
acids; Grace "WRDA-HC".or Master
Builders."MBHC-N".
ASTM C260; Grace "Daravair"
Master Builders "MB-VR", Protex
"AES", or Sika Chemical "AER".
ASTM A615, Grade 60, deformed.
ASTM A706 or A615, Grade 60,
deformed, with maximum carbon
equivalent of 0.55.
ASTM A615, Grade 40, deformed.
ASTM A82, cold drawn wire.
ASTM A185 or A497.
CRSI Class 1, plastic protected,
or Class 2, stainless steel
protected.
s Erico Products "Cadweld
T-Series" or "Lepton", or
Richmond "Dowel Bar Splice
System".
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 03300
(17578 ) =2-
Simplex "Industrial Steel Frame
Forms", Symons "Steel Ply", or
Universal "Uni-form".
Product Standard PSl, water-
proof, resin -bonded, exterior
type Douglas fir; face adjacent
to concrete Grade B or better.
Fed Spec LLL-B-810, Type II
tempered, waterproof, screen -
back, concrete form hardboard.
Lumber Straight, uniform width and
thickness, and free from knots,
offsets, holes, dents, and other
surface defects.
Chamfer Strips Clear white pine, surface
against concrete planed.
Form Coating Nox-Crete "Form Coating", L&M
"Debond", Protex "Pro -Cote", or
Richmond "Rich Cote"; -
nonstaining and nontoxic after
30 days.
Wedge Inserts Malleable iron, with galvanized
askew -head bolts, nuts, and
washers; Hohmann and Barnard
"HW Richmond "Peerless", or
Weston "WC50".
Polyethylene Film Product Standard PS17; 6 mil.
Membrane Curing Compound Fed Spec TT-C-800, Type I,
and Floor Sealer Class 1; min 18 percent solids;
nonyellowing; unit moisture loss
0.039 gm/cm2 max; Gifford -Hill
"Sealco 8000, ProSoCo "Kure and
Seal", Protex "Acrychlor", or
Sonneborn "Kure-N-Seal".
4. PRELIMINARY REVIEW. As stipulated in the quality control section,
all tests and reports required for preliminary review shall be made by
an independent testing laboratory at the expense of the Contractor.
Reports covering the source and quality of concrete materials and the
concrete proportions proposed for the work shall be submitted to the
Engineer for review before concrete work is started. Review of these
reports will be for general acceptability only and continued compliance
with all contract provisions will be required.
4.01. Aggregates. Reports on aggregates shall include the following
information:
a. Fine Aggregate.
1. Source and type.
2. Gradation.
3. Deleterious substances.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 03300
(17578 ) -3-
b. Coarse Aggregate.
1. Source and type.
2. Gradation and abrasion loss.
3. Deleterious substances.
4. Results of sodium or magnesium sulfate soundness test.
4.02. 'fix Design. Using concrete materials acceptable to the Engineer,
a tentative concrete mix shall be designed and tested for each size and
gradation of aggregates and for each consistency intended for use on the
work. Design quantities and test results of each mix shall be submitted
for review. Mixes shall be adjusted in the field as necessary to meet
the requirements of these specifications.
The report for each tentative concrete mix submitted shall contain the
following information: _
Slump on which design is based.
Total gallons of water per cubic yard.
Brand, type, composition, and quantity of cement.
Brand, type, composition, and quantity of fly ash.
Specific gravity and gradation of each aggregate. _
Ratio of fine to total aggregates,
Weight (surface dry) of eachaggregate per cubic yard. --
Brand, type, ASTM designation, active chemical ingredients, and
quantity of each admixture.
Air content.
Compressive strength based on 7 day and 28 day compression tests.
Time of initial set.
4.03. Testing. Aggregates shall be sampled and tested in accordance
with ASTM C33. In addition, the bulk specific gravity of each aggregate
shall be determined in accordance with ASTM C127 4nd ASTM C128.
Two sets of compression test cylinders, three cylinders per set, shall
be made from each proposed concrete mix. One set of three cylinders
shall be tested at an age of 7 days and the other set shall be tested at
an age of 28 days. Concrete test specimens shall be made, cured, and
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 03300
(17578 ) -4-
stored in conformity with ASTM.C192 and tested in conformitywith
ASTM C39.
Slump shall be determined in accordance with ASTM C143 and total air
content shall be determined in conformity with ASTM C231.
Initial set tests shall be made at ambient temperatures of 70 F and 90 F
to determine compliance with the initial set time specified herein. The
test at 70 F shall be made using concrete containing the specified plas-
ticizing and air -entraining admixtures. The test at 90 F shall be made
using concrete containing the specified retarding and air -entraining
admixtures. Initial set shall be determined in accordance with
ASTM C403.
5. LIMITING REQUIREMENTS. Unless otherwise specified. each concrete
r.
mix shall be designed and concrete shall be controlled within the
o
following limits.
5.01. Cement Content. The quantity of portland cement, expressed in
pounds per:cubic yard,: shall be as indicated in the following table.
These minimum cement quantities shall apply only to concrete containing
a specified water -reducing admixture. If. for any reason, the water -
reducing admixture is omitted, the cement shall be increased 10 percent.
At the option of the Contractor, fly ash may be substituted for up to
15 percent of the portland cement quantity shown on the basis of
1.5 pounds of fly ash for each pound reduction in cement.
Coarse Aggregate Size
From No. 4-Sieve to
Concrete Slump 1 2" 3 4" 1"
2 inches 573 545 517
3 inches 592 564 536
4 inches 611 583 555
5 inches 630 602 573
6 inches 649 620 592
5.02. Total Water Content. Total water content of concrete shall not
exceed 5.7 gallons of water per hundred pounds of cement in the mix, or
equivalent cement weight if fly ash is added.
5.03. Slump. Concrete slump shall be kept as low as possible con-
sistent with proper handling and thorough compaction. Unless otherwise
authorized by the Engineer, slump shall not exceed 4 inches.
5.04. Ratio of Fine
to Total A¢Qregates.
The
ratio
of fine to total
aggregates based on
solid volumes
(not weights)
shall
be:
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 03300
(17578 ) -5-
Coarse Aggregate Minimum Maximum
Size Ratio Ratio
1J2 inch
3J4 inch
1 inch
0.40
0.35
0.30
0.55
0.50
0.46
5.05.. Initial Set. The initial set as determined by ASTM C403 shall be
attained 5-1J2 hours plus or minus one hour after the water and cement
are added to the aggregates. The quantity of retarding admixture shall
be adjusted to compensate for variations in temperature and job
conditions.
5.06. Total Air Content. The total volumetric air content of concrete
after placement shall be 6 percent plus or minus one percent. Air may
be omitted from interior slabs which are to be trowel finished. Con-
tractor shall provide an air content measuring apparatus for use by
Project Representative.
5.07. Admixtures. The admixture content.. batching method, and time of
introduction to the mix shall be in accordance with the manufacturer's
recommendations for minimum shrinkage and for compliance with these
specifications. A water -reducing admixture shall be included in all
concrete.
No calcium chloride or admixture containing chloride -from other than
impurities from admixture ingredients will be acceptable.
5.08. Strength. _ The minimum acceptable compressive strengths as deter-
mined by ASTM C39 shall be:
Age Minimum Strength
7 days 2500 psi
28 days 3750 psi
6. STORAGE OF MATERIALS. Cement and fly ash shall be stored in suit-
able moistureproof enclosures. Cement and fly ash which have become
caked or lumpy shall not be used.
Aggregates shall be stored so that segregation and the inclusion of
foreign materials is prevented. The bottom 6 inches of aggregate piles
in contact with the ground shall not be used.
Reinforcing steel shall be carefully handled and shall be stored on
supports which will keep the steel from contact with the ground.
7. FORMS. Forms shall be designed to produce hardened concrete having
the shape, lines, and dimensions indicated on the drawings. Forms shall
conform to ACI 347 and the following additional requirements.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 03300
(17578 ) -6-
Forms for surfaces which will be exposed to view when construction is
completed shall be prefabricated plywood panel forms, job -built plywood
j� forms, or forms that are lined with plywood or fiberboard. Forms for
exposed surfaces shall be laid out in a regular and uniform pattern with
the long dimension of panels vertical and all joints aligned. The forms
shall produce finished surfaces that are free from offsets, ridges,
waves, and concave or convex areas, within the tolerances specified
herein.
Plywood or lined forms will not be required for surfaces which are nor-
mally submerged or not ordinarily exposed to view, such as the insides
of manholes, basins, and reservoirs. Other types of forms, such as
steel or unlined wooden forms, may be used for surfaces which are not
restricted to plywood or lined forms and may be used as backing for form
linings. Concrete forms are required above all extended footings.
Flat segmental forms not more than 24 inches wide may be used for
forming curved surfaces 25 feet in diameter or larger.
Where concrete is placed against gravel or Crushed rock which does not
contain at least 25 percent material passing a No. 4 sieve, such sur-
faces shall be covered with polyethylene film to protect the concrete
from loss of water. Joints in the film shall be lapped at least
4 inches.
Where concrete is placed against rock, all loose pieces of rock shall be
removed and the exposed surface cleaned with a high-pressure hose.
7.01. Design. Forms shall be substantial and sufficiently tight to
prevent leakage of mortar. Forms shall be braced or tied to maintain
the desired position, shape, and alignment during and after concrete
placement. Walers, studs, internal ties, and other form supports shall
be sized and spaced so that proper working stresses are not exceeded.
Beams and slabs supported by concrete columns shall be formed so the
column forms may be removed without disturbing the supports for the
beams or slabs.
Wherever the top of a wall will be exposed to weathering, the forms on
at least one side shall not extend above the top of the wall and shall
be brought to true line and grade. At other locations, forms shall be
brought to a true line and grade, or a wooden guide strip shall be pro-
vided at the proper location on the forms so that the top surface can be
finished with a screed or template for concrete which is to be finished
to a specified elevation, slope, or contour. At horizontal construction
joints in walls, the forms on one side shall not extend more than 2 feet
above the joint.
Temporary openings shall be provided at the bottom of column and wall
forms and at other points where necessary to facilitate cleaning .and
inspection.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 03300
(17578 ) -7-
7.02. Form Ties. Form ties shall be.of the removable end,,permanently
embedded body type and shall have sufficient strength and rigidity to
support and maintain the form in proper position and alignment without
the use of auxiliary spreaders. Cones shall be provided on the outer
ends of each tie and the permanently embedded portion shall be at�least
one inch back from the concrete face. Form ties for water -bearing walls —
shall be provided with waterseal washers located on the permanently
embedded portions of the ties at the approximate center of the wall.
Permanently embedded portions of form ties which are not provided with _
threaded ends shall be constructed so that the removable ends are
readily broken off without damage to the concrete. The type of form
ties used shall be acceptable to the Engineer.
Form ties in exposed surfaces shall be uniformly spaced and aligned in
horizontal and vertical rows.
7.03. Edges and Corners. Chamfer strips shall be placed in forms to
bevel all salient edges and corners, except the top edges,of walls and
slabs which are to be tooled and edges which are to be buried. Equip-
ment bases shall have formed beveled salient edges for all vertical and
horizontal corners unless specifically indicated otherwise on the
drawings. Unless otherwise noted, bevels shall be 3/4 inch wide.
7.04. Form Removal. Forms shall not be removed or disturbed until the
concrete has attained sufficient strength to safely support all dead and
live loads. Shoring beneath beams or slabs shall be left in place and w
reinforced as necessary to carry any construction equipment or materials
placed thereon. Care shall be taken in form removal to avoid surface
gouging, corner or edge breakage, and other damage to the concrete.
8. REINFORCEMENTS. Reinforcements shall be accurately formed and shall
be free from loose rust, scale, and contaminants which reduce bond.
Unless otherwise indicated on the drawings or specified herein, the —
details of fabrication shall conform to ACI 315 and 318. Welded wire
fabric will be acceptable in lieu of individually placed bars in side-
walks only.
8.01. Shop Drawings and Bar Lists. Bar lists and drawings for the fab-
rication and placing of reinforcements shall be submitted for review..
8.02. Placement. Reinforcements shall be accurately positioned on
supports, spacers, hangers, or other reinforcements and shall be secured
in place with wire ties or suitable clips.
With the exception of contact splices, the clear distance between par-
allel bars shall be not less than 2-1/2 inches. Where reinforcements in
beams are placed in two or more layers, the bars in the upper layer
shall be placed directly above the bars in the lower layer.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 03300
(17578 ) -8-
Reinforcements shall not be installed for beams or slabs which are
supported by concrete columns until after the concrete for the column
has been placed.
8.03. Splices. Splices shall; conform to the details indicated on the
drawings. Splices at locations other than those indicated on the
drawings shall be acceptable to the Engineer.
Except where indicated on the drawings, welding or tack welding of
reinforcement is prohibited Where welding is indicated on the draw-
ings, weldable reinforcing steel having a carbon equivalent of not more
than 0.55 shall be provided, and preheating and welding shall conform to
AWS D1.4. Reinforcements upon which improper or unauthorized welding
has been done shall be removed and replaced.
Whenever bars in tie beams subject to tensile loading must. be spliced, a
full mechanical connection in compliance with ACI 318 shall be provided.
A full mechanical.connection shall develop in tension and compression at
least 125 percent of specified yield strength of the spliced bars.
Splices in adjacent bars shall be spaced at least 30 inches apart.
9. EMBEDMENTS. Anchor bolts, castings, steel shapes, conduit, sleeves,
masonry anchorage, and other materials that are to be embedded in the
concrete shall be accurately positioned in the forms and securely
anchored. Conduits shall be installed between the reinforcing steel in
walls or slabs which have reinforcement in both faces. In slabs which
have only a single layer of reinforcing steel, conduits shall be placed
under the reinforcement.
Unless installed in pipe sleeves, anchor bolts shall have sufficient
S threads to permit a nut to be installed on the concrete side of the form
or template. A second nut shall be installed on the other side of the
form or template, and the two nuts shall be adjusted so that the bolt
will be held rigidly in proper position.
Embedments shall be clean when installed. After concrete placement,
surfaces not in contact with concrete shall be cleaned of concrete
spatter and other foreign substances.
10. $ATCHING AND MIXING. Concrete shall be furnished by an acceptable
ready -mixed concrete supplier and shall conform to ASTM C94.
10.01. Consistency. The consistency of concrete shall be suitable for
the placement conditions. Aggregates shall float uniformly throughout
the mass and the concrete shall flow sluggishly when vibrated or spaded.
The slump shall be kept uniform.
10.02. Delivery Tickets. A delivery ticket shall be prepared for each
load of ready -mixed concrete. A copy of each ticket shall be handed to
the Engineer by the truck operator at the time of delivery. Tickets
shall show the mix identification, quantity delivered, the amount of
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 03300
(17578 ) -9-
each material in the batch, the outdoor temperature in .the shade, the
time at which the cement was added, and the numerical sequence of the.
delivery.
11. PLACEMENT. The.limits of each concrete pour shall be predetermined
by the Contractor and shall be acceptable to the Engineer.. All concrete
within such limits shall be placed in one continuous operation.
Before concrete,is placed, forms, reinforcements, water stops, anchor
bolts, and embedments shall be rigidly secured improper position; all
dirt, mud, water, and debris shall be removed from the space to be
occupied by concrete; all surfaces incrusted with dried concrete from
previous placement operations shall be cleaned; and the entire installa-
tion shall be acceptable to the Engineer.
11.01. Bonding to Hardened Concrete. The surface of hardened concrete
upon which fresh concrete is to be placed shall be rough, clean, sound,
and damp. The hardened surface shall be cleaned of all laitance,
foreign substances (including curing compound), washed with clean water,
and wetted thoroughly preceding placement of fresh concrete.
Coarse aggregate shall be omitted from the first batch or batches of
concrete placed on hardened concrete in wall or column forms. The
mortar puddle shall cover the hardened concrete to a depth of at least
2 inches at every point,
11.02. Conveying Concrete. -Concrete shall be conveyed to the point of
final deposit by methods which will prevent separation or loss of
ingredients. Concrete shall be placed in final position without being
moved laterally in the forms more than 5 feet.
11.03. Placing Concrete. Concrete shall be placed in approximately
horizontal layers of proper depth for effective compaction; however, the
depth of a layer shall not exceed 24 inches. Each layer of concrete
shall be plastic when covered with the following layer, and the forms
shall be filled at a rate of vertical rise of not less than 2 feet per
hour. Vertical construction joints shall be provided as necessary to
comply with these requirements.
Concrete shall be placed and compacted in wall or column forms before
any reinforcing steel is placed in the system to be supported by such
walls or columns. The portion of any wall or column placed monoli-
thically with a floor or roof slab shall not exceed 6 feet of vertical
height. Concrete in walls or columns shall settle at least 2 hours
before concrete is placed in the structural systems to be supported by
such walls or columns.
Concrete shall be thoroughly settled when top finished. All laitance,
debris, and surplus water shall be removed from concrete surfaces at
tops of forms by sreceding, scraping, or other effective means.
Wherever the top of a wall will be exposed to weathering, the forms
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 03300
(17578 ) -10-
F
F
shall be overfilled and after the concrete has settled, the excess shall
be screeded off.
Concrete for piers shall be carefully deposited to avoid contact with
forms, reinforcing, and earth sides until completion of the drop.
Necessary precautions shall be taken to prevent earth or other material
from falling into excavations and to prevent dislocation of reinforcing
during concrete placement. Concrete shall be placed continuously to the
top of each pier at a rate of vertical rise of not less than 2 feet per
hour. Forms above grade shall be cylindrical steel or fiber forms
acceptable to the Engineer.
11.04. Compaction. During and immediately after placement, concrete
shall be thoroughly compacted and worked around all reinforcements and
embedments and into the corners of the forms. Mechanical vibrators
shall be used which will maintain at least 9,000 cycles per minute when
immersed in the concrete. Each vibrator shall be driven by not smaller
than a 1-1/2 hp motor. Number and type of vibrators shall be acceptable
to the Engineer.
11.05. Cold Weather Concreting. Except as modified herein, cold
weather concreting shall comply with ACI 306. The temperature of con-
crete at the time of mixing shall be not less than that shown in the
following table for corresponding outdoor temperature (in shade) at the
time of placement:
Outdoor Temperature
Below 30 F
Between 30 F and 45 F
Above 45 F
Concrete Temperature
70 F
60 F
45 F
When placed, heated concrete shall not be warmer than 80 F.
When freezing temperatures may be expected during the curing period,the
concrete shall be maintained at a temperature of at least 50 F for
5 days or 70 F for 3 days after placement. Concrete and adjacent form.
surfaces shall be kept continuously moist. Sudden cooling; of concrete
shall not be permitted.
11.06. Hot Weather Concreting. Except as modified herein, hot weather
concreting shall comply with ACI 305. At air temperatures of 90 F or
above, concrete shall be kept as cool as possible during placement and
curing. The temperature of the concrete when placed in the work shall
not exceed 90 F.
Plastic shrinkage cracking, due to rapid evaporation of moisture, shall
be prevented. Concrete shall not be placed when the evaporation rate
(actual or anticipated) equals or exceeds 0.2 pound per square foot per
�-^ hour, as determined by Figure 2.1.5 in ACI 305.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT N0: 4 ) 03300
(17578 ) -11-
11.07. Placement Seauence. To reduce to.a minimum the effect of
shrinkage in producing cracks, the concrete for the bio-tower filters,,
pumping station complex, and effluent pumping station shall be placed as
follows:
a. Bottom Slab. Each bottom slab shall be.divided into sections
by the construction joints indicated on the drawings. A
section near the center of each basin shall be placed first.
Sections shall be placed alternately, first on one .side and
then on the other side of previously placed sections. Place-
ment shall be scheduled so that two adjacent sides of each
section are free, except at closures.
b. Walls. Walls shall be divided into sections by the construc-
tion joints indicated on the drawings. A section near the
center of each wall shall be placed first. Sections shall be _
placed alternately, first on one side and then on the other
a side of the previously placed section. Placement shall be
scheduled so that one end of each section is free, except at
corner closures.
No two abutting sections shall be placed within a period of 72 hours,
unless otherwise authorized by the Engineer.
12. TESTING. Field control tests, including aggregate.gradation tests,
slump tests, air content tests, and making compression test cylinders,
shall be performed by the Contractor's testing laboratory personnel.
The Contractor shall provide all facilities and the services of one or
more employees as necessary to assist with the field control testing
activities.
As stipulated in the quality control section, tests required during the
progress of the work shall be made at the expense of the Contractor.
12.01. Aggregate Gradation. Each 100 tons of fine aggregate and each
200 tons of coarse aggregate shall be sampled and tested in accordance
with ASTM D75 and C136.
12.02. Fly Ash. Each 400 tons of fly ash shall be sampled and tested
in accordance with ASTM C618 and C311, respectively. The Contractor --
shall supply the Engineer with certified copies of supplier (source)
test reports showing chemical composition and physical analysis, and
certifying that the fly ash complies with the specifications for each
shipment delivered to the concrete supplier. The certification shall be
signed by both the Contractor and the concrete supplier.
12.03. Slump. A slump test shall be made for.each 50 cubic yards of
concrete. Slump shall be determined in accordance with ASTM C143. The
Engineer shall take additional slump tests as he deems necessary.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 03300
(17578 ) -12- _
12.04. Air.Content._.An air content test shall be made from one of the
first three batches mixed each day, and from each batch of concrete from
which concrete compression test cylinders are made. Air content shall
6, be determined in accordance with ASTM C231.
12.05. Compression Tests. Two sets of four concrete compression test
cylinders
shall be made each day when from 25 to 100 cubic yards of
'
concrete are
placed... .Two additional sets shall be
made from each addi-
tional 100
cubic yards, or major fraction thereof,
placed in any one
day. Two
cylinders of each set shall be tested at
an age of 7 days and
the other
cylinders_ shall be tested at an age of 28
days. Compression
tests will
be evaluated in accordance with ACI 214
and 318.
Test cylinders shallbe made, cured, stored, and delivered to the.
laboratory in accordance with ASTM C31 and tested in accordance with
ASTM C39.
Each set of compression test cylinders shall be marked or tagged with
the date and time of day the cylinders were made, the location in the
work where the concrete represented by the cylinders was placed, the
delivery truck or batch number, the air content, and the slump. Test
cylinders shall be stored, picked up, and delivered by the Contractor.
12.06. Test Reports. Test reports shall be prepared in four copies and
shall be distributed by the testing laboratory directly to the Engineer,
Resident Project Representative, Owner, and Contractor in accordance
with the quality control section.
13. CONSTRUCTION JOINTS. Construction joints, when provided, shall be
made at locations indicated on the drawings or specified. Construction
joints shall not be made at other locations without the concurrence of
the Engineer.
13.01. Location. Construction joints, when provided, shall be located
as follows:
a. In Columns and Walls. At the underside of.beams, girders,
haunches, drop panels and column capitals, and at floor
levels. All haunches, drop panels, and column capitals shall
be considered as parts of the supported floor or roof and
shall be placed monolithically therewith. Column bases will
not be required'to be monolithic with the floor beneath.
b. In Beams and Girders. At the middle of the span unless a beam
intersects a girder at this point, in which case the joint in
the girder shall be offset a distance equal to twice the width
the beam. Provision satisfactory to the Engineer shall be
rrof
made for transfer of shear and other forces through the con-
struction joint.
'J
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 03300
(17578 ) -13-
r
c'. In Suspended Slabs At or near the center of the span in flat
slab or T-beam construction. No joint will be permitted
'-between a slab and a concrete beam or girder unless specifi-
cally required by the drawings.
d.- In Pan -Formed 'Joists. At or near the center of the span when —
perpendicular to the joists. Centered in the slab, midway
between joists, when parallel'to the joists.
Construction joints in beams, girders, and slabsshall be perpendicular
to the planes of their surfaces`.
13.02. Watertight Joints. Construction joints shall be watertight and —
shall be provided with continuous metal water stops at all structures.
Water stops shall also be provided at other locations where specifically
indicated on the drawings.
Metal -water stops shall be of the size andthicknessindicated on the
drawings, shall be made from ungalvanized'steel, and shall be clean and
free from coatings that would weaken the bond with concrete Each water
stop shall be continuous throughout the length of the construction joint
in which it is installed. Junctions between adjacent sections shall be
lapped 5 inches and securely bolted or welded together. All metal water
stops shall be maintained in proper position until the surrounding
concrete has been deposited and compacted.
14. EXPANSION AND CONTRACTION JOINTS. Expansion joints shall be filled
with preformed sponge rubber expansion joint filler conforming to
ASTM D1752, Type I. Expansion joint filler shall be firmly bonded to thepreviously poured joint face with a suitable adhesive, and the new
concrete shall be poured directly against the joint filler. Accessible
edges of each expansion and contraction joint shall be sealed as speci-
fied in the caulking section.
Elastic water stops in expansion or contraction joints shall be contin-
uous and shall be of the rubber "dumbbell" type or plastic (PVC) ribbed
or serrated `'type.'— Rubberwater'stops'shall be 9 inches wide and
3/8 inch, thick with a 3/4 inch bead along each edge, and shall be as
manufactured by Grace, U.S. Rubber, or Williams. Plastic water stops
shall be 9 inches wide and 3/8 inch thick with a "U" or 10" bulb closed
center section, and shall be Grace "Durajoint`Type 7", W. R. Meadows
"Sealtight Type 9380", or Vinylex'"RB9-38 For concrete sections
8 inches or less in thickness, elastic water stops shall be 6 inches —
wide and 3/8 inch thick. Water stop embedment shall be equal on each
side of the joint. Water stops shall be'spliced in strict conformity
with the recommendations of the water stop manufacturer.
Rubber and plastic materials shall be stored in a cool place and shall
not be exposed to direct sunlight.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 03300
(17578 ) -14-
F
F
15. FINISHING UNFORMED SURFACES. Buried and permanently submerged
concrete blocking and encasement will require no finishing except that
necessary to obtain the required surface elevations or contours. The
unformed surfaces of all other concrete shall be screeded and given an
initial float finish followed by additional floating, and troweling
where required.
15.01. Screeding. Screeding shall provide a concrete surface con-
forming to the proper elevation and contour with all aggregates
completely embedded in mortar. All screeded surfaces shall be free of
surface irregularities with a height or depth in excess of 1/4 inch as
measured from a 10 foot straightedge.
15.02. Floating. Screeded surfaces shall be given an initial float
finish as soon as the concrete has stiffened sufficiently.for proper
working. Any piece of coarse aggregate which is disturbed by the float
or which causes a surface irregularity shall be removed and replaced
with mortar. Initial floating shall produce a surface of uniform
texture and appearance with no unnecessary working of the surface.
Initial floating shall be followed by a second floating at the time of
initial set. The second floating shall produce a finish of uniform
texture and color. Unless additional finishing is specifically
required, the completed finish for unformed surfaces shall be the float
finish'produced by the second floating.
Floating shall be performed with hand floats or suitable mechanical
compactor -floats.
15.03. Broom Finish. Surfaces of all exterior concrete stair treads
shall be given a light broom finish providing a nonslip surface.
Brooming shall be done after the second floating and.at right angles to
the normal traffic direction.
15.04. Skid -Resistant Finish. Tread surfaces of all interior concrete
stairs shall be surfaced with aluminum oxide aggregate, "Alumdum" or
"Emerundum". Aggregate shall be uniformly graded from 100 percent
retained on a No. 50 sieve to 100 percent passing a No. 8 sieve. Aggre-
gate shall be uniformly distributed during steel troweling at the rate
of 1/4 pound per square foot, in accordance with the manufacturer's
recommendations, and as acceptable to the Engineer.
15.05. Troweling. Interior floor surfaces which will be exposed after
construction is -completed, surfaces to be covered with resilient floor
coverings or seamless floor covering, the exposed portion of the top of
equipment bases, the top of interior curbs, and other surfaces desig-
nated on the drawings shall be steel trowel finished. Surfaces to be
covered with elastomeric deck covering shall be lightly troweled but not
burnished. Trowel finishing will not be required for floors which are
normally submerged. Troweling shall be performed after the! second
floating when the surface has hardened sufficiently to prevent an excess
(LUBBOCK. TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 03300
(17578 ) -15-
EI
of fines being drawn to the surface. Troweling shall produce a dense,
smooth, uniform surface free from blemishes and trowel marks.
15.06. Finishing Surfaces for Bonding. All surfaces to be covered with
concrete or topping shall be float finished.. All laitance, surface
mortar, and unsound material shall be removed by brushing or air
blasting at the time of initial set. Surfaces shall be rough, clean,
and sound. Floors and other flatwork surfaces -to receive topping shall
be given a broom finish.
15.07. Edging. Unless specified to be beveled, exposed edges of
floated or troweled surfaces shall be edged with a tool having 1/4 inch
corner radius.
16. CURING. Concrete shall be protected from loss of moisture forat
least 7 days after placement; however, when concrete is being protected
from low temperatures, the time period for curing by saturation shall be
one day -less than the duration of the low temperature protection.
Concrete surfaces shall be adequately wet during the specified curing
period. All concrete shall be water cured; membrane or film curing will
not be acceptable.
16.01. Water Curing,. Water saturation of concrete surfaces shall begin
is quickly as possible after initial set of the concrete. The rate of
water application shall be regulated to provide complete surface
coverage with a minimum of runoff. The application of water to walls
may be interrupted for grout cleaning only over the areas being cleaned
at the time, and the concrete surface shall not be permitted to become
dry during such interruption.
17. REPAIRING DEFECTIVE CONCRETE. Defects in formed concrete surfaces
shall be repaired within 24 hours, to the satisfaction of the Engineer,
and defective concrete shall be replaced within 48 hours after the
adjacent forms have been removed. All concrete which is honeycombed or
otherwise defective shall be cut out and removed to sound concrete; with
edges square cut to avoid feathering.
Concrete repair work shall conform to Chapter 9 of ACI,301 and shall be
performed in a manner that will not interfere with thorough curing.of
surrounding concrete. Repair work shall be adequately cured.
18. FINISHING FORMED SURFACES. Fins and other surface projections
shall. be removed from all formed surfaces except exterior surfaces that
will be in contact with earth backfill and are not specified to be damp -
proofed. A power grinder shall be :used, if.necessary, to remove
projections and provide a,,flush surface. Surfaces to be dampproofed
shall have fins removed and tie holes filled, but no additional.
finishing will be required.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 03300
(17578 ) -16-
r
r,
1
E.
18.01. Tie Holes, Tie holes in all formed surfaces shall be.cleaned,
wetted, and filled with patching mortar. Tie hole patches shall be
finished flush and shall match the texture of the adjacent concrete.
18.02. Special Surface Treatment. Surfaces listed below shall be
finished by grout cleaning.
Grout cleaned finish shall conform to ACI 301., Paragraph .10.3. Grout
cleaning shall not result in an overall plastering of concrete surfaces,
r,
but shall produce a smooth, uniform surface free of marks, voids,
(
surface glaze, and cement dust.
Surfaces to be finished,by application of a cement -base coating are
specified in the cementitious coating. The cement base coating shall
comply with the cementitious coating section.
The following surfaces shall be grout cleaned:
All concrete exposed to view inside at all structures except
r"
concrete to be,painted-or inside of flow channels.
Edges of equipment bases.
All exterior exposed concrete surfaces from top of wall or slab to
6 inches below finished grade.
19. TOLERANCES. Unless otherwise specified, tolerances for cast -in -
place concrete work shall be as stipulated in ACI 347. Formed surfaces
stipulated in Article 3.3.8 of ACI 347 shall be considered as Class C
for all concrete work.
20. VAPOR BARRIERS. A vapor barrier of polyethylene coated reinforced
paper, Sisalkraft "Moistop", shall be provided beneath each concrete
floor slab which is poured directly on grade, except floors of base-
ments, basins, and wet pits and outdoor slabs. Joints in the film shall
be sealed with waterproof sealing tape. Care shall be exercised to
prevent tearing the film or punching holes in it. Any damage shall be
promptly repaired and the film shall be inspected for damage immediately
before the concrete is placed.
21. SEPARATE CONCRETE TOPPING. Separate concrete topping shall be
provided in the locations indicated on the drawings.
21.01. Surface Preparation. Before topping is deposited, the under-
lying hardened concrete surface shall be scrubbed clean. Grease or oil
shall be completely removed by chipping or grinding. The cleaned.
surface shall be rinsed with clean water and,kept saturated for the
24 hour period immediately preceding the application of topping.
Immediately before topping is applied, the hardened concrete shall be
�. coated with neat portland cement slurry having the consistency of paint.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 03300
(17578 ) -17-
tl
21.02. Towing. Topping shall consist of 300-400 pounds of sand and
100 pounds of cement. The topping shall be mixed for at least 5 minutes
in a mechanical mixer and shall not have slump greater than 2 inches.
The water content shall not exceed 5 gallons per sack of cement.
Topping shall be compacted with a mechanical compactor -float.
21.03. Other Floors. Separate concrete topping shall be placed on
floors indicated on the drawings. Topping shall be accurately placed to
the elevations indicated, and shall be given a steel trowel finish.
22. BEARING PADS. Wherever a concrete beam is supported by a concrete
bracket, or where indicated on the drawings, a bearing pad shall be
placed in the joint between the beam and bracket. These pads shall be
composed of fiber -reinforced synthetic rubber elastomer and shall be'
Nicolet Industries, Inc. "KON-X Bearing Pads Each pad shall be at
least 1/4 inch thick, or as' indicated on the drawings. Bearing pads for
double tee members are specified elsewhere.
23. UNDERWATER CONCRETE. Concrete shall -not be deposited underwater
except with specific permission of the Engineer. For concrete deposited
underwater, the limiting requirements shall be adjusted to provide not
more than 6 inches of slump and to increase the cement factor by one
sack per cubic yard.
Underwater concrete shall be placed through tremies having hoppers at
the upper end. After the flow of concrete is started, the lower end of
the tremie shall be kept below the surface of the deposited concrete.
Stirring of the deposited concrete shall be avoided. The tremie shall
be moved by lifting it free of the concrete and lowering it vertically
at the new location. The entire mass of concrete shall be placed as
quickly as possible so that it will flow into place without the neces-
sity of horizontal shifting below water.
The water shall be quiescent when°concrete is deposited therein. Veloc-
ity of water flow shall not exceed 2 feet per minute in any direction
within the space where the concrete is placed. 'After concrete is
placed, the water level in the space shall be kept static until the
concrete has hardened.
24. CONCRETE FOR PIPE BLOCKING, CONCRETE FILL, AND ENCASEMENT. Con-
crete for buried blocking and encasement of pipe shall conform to the
limiting requirements specified herein, except that air -entraining and
water -reducing admixtures may be omitted and the cement factor and total
water content may be adjusted to provide a minimum compressive strength
of 3,000 psi at 28 days. Concrete shall have a"slump of not less than
2 inches nor more than 5 inches when placed.
25. FLOOR SEALER. All concrete floors whicharesubject to foot
-traffic and are not required to be covered with resilient floor cover-
ings, seamless flooring, ceramic tile, Mexican quarry tile or quarry
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 03300
(17578 ) -18-
F
the shall be given two coats of clear floor sealer in addition to any
Y
which may have been applied as membrane curing compound. Prior to
application of each coat, the floor shall be thoroughly cleaned of all
dirt, grease, and other foreign matter. The first coat shall be applied
at the end of the curing period and before any traffic is permitted on
the floor. The second coat shall be applied in preparation for sub-
stantial completion of the Work. Floor sealer shall be applied in
strict accordance with the manufacturer's recommendations.
26. CONCRETE SEAL. Concrete seal shall conform to the limiting
requirements specified herein, except that air -entraining and water -
reducing admixtures may be omitted and the cement factor and total water
content may be adjusted to provide a minimum compressive strength of
2,500 psi at 28 days. Concrete shall have a slump of not less than 2
inches nor more than 5 inches when placed. Concrete seal may be pneuma-
tically applied.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 03300
(17578 ) -19-
F
rSection 03410 - PRESTRESSED CONCRETE WALL PANELS
1. SCOPE. This section covers prestressed, precast, concrete double -
tee wall panels to be installed on the Bio-Tower Filters. The require-
ments for caulking and elastomeric solventless polyurethane liner are
covered in other specification sections.
2. GENERAL.
2.01. General Requirements. Prestressed concrete wall panels shall be
furnished and installed complete with all embedments, lifting eyes
accessories, openings, extra reinforcing, and special construction
specified and indicated on the drawings.
2.02. Drawings and Data. Complete data and drawings covering fabri-
cation, layout, and installation shall be submitted in accordance with
the submittals section. Drawings shall bear the seal of a registered
professional engineer.
Information to be submitted for review shall include:
Design tables, charts, and definitions.
Details of sections where temporary loads are to be applied and
where boxouts, extra reinforcing, and other special supports are
provided.
Reports covering source and quality of concrete materials.
Test reports showing compressive strength of each design mix.
If requested by the Engineer, information on plant capability,
productivity, certification, and manufacturing equipment and
procedures.
3. TESTING. Six concrete compression test cylinders shall be cast each
day of concreting operations. An additional set of six cylinders shall
be cast each time there is a change in the concrete mix during the day's
operations. Control test specimens shall be tested as necessary to
determine when to transfer stress from the temporary end anchorage to
the bond in the concrete. At least one cylinder from each set shall be
tested at an age of 28 days.
As stipulated in the quality control section, all testing shall be
performed by an independent testing laboratory acceptable to the
Engineer. Copies of reports covering all tests made by the: testing
laboratory shall be distributed directly to the Resident Project Repre-
sentative and the Contractor. All costs for and in connection with such
tests shall be borne by the Contractor.
(LUBBOCK, TEXAS )
r (SEWRP IMPROVEMENTS & EXPANSION)
t (CONTRACT NO, 4 ) 03410
(17578 ) -1-
4. MATERIALS. Materials shall be suitable for prestressed concrete
construction.
Prestressing Strand
ASTM A416.
Reinforcing Steel ASTM A615, deformed, Grade 60.
Weldable Reinforcing Steel ASTM A706, deformed, Grade 60,
with maximum carbon equivalent
of 0.55.
Welded Wire Fabric ASTM A185 or A497.
Steel Plates and Shapes ASTM A36.
Concrete Minimum compressive strength of
5,000 psi at 28 days.,
Cement ASTM C150, Type I or Type III.
Aggregates ASTM C33 or C330.
5. BASIS OF DESIGN. Except as otherwise required herein, design,
fabrication, and installation shall comply with all applicable
provisions of the following:
ACI 318, American Concrete Institute, "Building Code Requirements
for Reinforced Concrete".
PCI MNL-116, Prestressed Concrete Institute, "Manual for Quality
Control for Plants and Production of Precast Prestressed Concrete
Products", Divisions I, II, III and V.
5.01. Loads. The wall panels shall be designed to support a super-
imposed lateral wind load of 30 pounds per square foot. Individual wall
panels shall be designed to support a superimposed lateral load of 33
pounds per square foot.
In addition to the specified uniform lateral loads, members shall be
designed for a ring beam dead load of 560 pounds per linear foot and a
live load of 100 pounds per linear foot applied at the top of the double
tee wall panels._
5.02. Design Limitations. The following limitations shall apply to the
prestressed concrete furnished hereunder:
The maximum size of aggregate shall be 3/4 inch.
The maximum size of prestressing strand shall be 1/2 inch.
(LUBBOCK, TEXAS )
• (SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 03410
(17578 ) -2-
1
Under all dead.load conditions (the dead load of .the member plus
the superimposed uniform dead load and live loads specified
herein), the flexural tension shall be limited to no more than 3
j [f'c]°•5 in the precompressed tensile zone.
Initial camber shall not exceed 1/8 inch.
Adjacent members shall have approximately the same camber and shall
not exceed 1/8 inch between adjacent flange surfaces.
Members shall have embedments and additional reinforcing to satisfy
support and anchorage details. Anchor plates -embedded in precast
members shall be provided with anchors capable of developing, in
all directions, the strength of the weld.
6.MANUFACTURE.
6.01. Equipment. Equipment shall be rigid, adequately braced, and free
from dents, gouges, or other irregularities which would impair the
quality, appearance, or performance of the members.
6.02. Release of Tension. The concrete shall attain a compressive
strength of at least 3,500 psi before the pretensioning stress in the
prestressing strands is released.
6.03. Embedded Accessories. All plates, inserts, and other accessories
which are required to be embedded in the members shall be installed at
the time of manufacture. All embedded items shall be accurately posi-
tioned and shall be rigidly held in position during concrete placement.
It is essential that bearing plates be installed in exact and true
position.
Prestressed members shall be provided with lifting loops or similar
devices to facilitate handling.
6.04. Holes and openings. Openings for ventilation indicated on the
drawings shall be incorporated into the design and fabrication. The
drawings shall be carefully reviewed for the openings and inserts
required by the work of all trades, and all openings and inserts which
are beyond the limitations of field modification shall be provided by
the manufacturer.
The manufacturer's submittals shall state the limitations for field
cutting or modification.
6,05, Ends of Strands. Protruding ends of prestressing strands shall
be cut off flush with the concrete and coatedor finished to prevent
rusting at the bottom end, and allowed to protrude 13 inches for embed-
ment into the ring beam at the top end.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 03410
(17578 ) -3-
r.
6.06. Surface Finish. The top surface of members shall be given a
smooth float finish.
0
Formed surfaces shall have a smooth uniform texture and .color. All fins
and other projections shall be removed from formed surfaces and all
holes and other surface defects repairedtothe satisfaction of the
Engineer. Where exposed to view after installation, power grinding of
repaired areas, and of areas -from which fins and projections have been
removed, will be required if necessary to obtain a uniform finish.
6.07. Shop Markings. Each member shall have shop markings, painted or
labeled at a place not to be finally exposed, to indicate location and
position in the structure in accordance with the manufacturer's layout
drawings.
7. CURING. Concrete shall be cured by continuous surface saturation or
inundation, exposure to steam or saturated air in a tightly closed room
or chamber, or other method acceptable to the Engineer. Moist curing
shall be maintained for at least 7 days when Type I cement is used, or
48 hours when Type III cement is used. The minimum steam curing period
shall be 18 hours, or until required release compressive strength is
attained, for either type of cement. Members shall be air cured in the
fabricator's yard until they attain an age of at least 30 days.
8. TOLERANCES. Tolerances for prestressed concrete members shall be as
recommended by PCI MNL-116, Division V, except as modified herein.
Prestressed members will be .rejected for any of the following:
Length variation in excess of 1/2 inch (1/4 inch each end) of '-
adjacent units or one inch maximum between the longest and shortest
units.
Edges varying from a straight line more than 1/4 inch and from
parallel within a maximum variation of 114 inch at any point.
Deviation greater than -the tolerances specified from design camber,
differential camber greater than the tolerances specified between
adjacent members of the same design, or warp or camber which cannot
be controlled by the fastening system between.members.
Improperly placed accessories or boxouts.
Unsatisfactory surface finish or variations in finish color and
texture.
Exposure of wire mesh, reinforcing steel, or prestressing strand,
except where cut off at the ends. Excludes prestressing strands
protruding into the ring beam at the top.
Honeycomb.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 )• 03410
(17578 ) -4
Fractures, cracks, chips, or spalls which cannot be repaired.to the
satisfaction of the Engineer.
Irregularities resulting from damaged forms.
r, 9. INSTALLATION. -Prestressed concrete members shall be handled care
` fully in a manner which will 'cause no damage and shall be kept from
contact with adjacent concrete members. Members shall be stored off the
ground on timber skids and leveled to avoid twisting or introduction of
ifother undesirable stresses. Members shall not be moved from the fabri-
cator's yard until completion of specified curing period.
IV
Prestressed concrete members shall be set in position in accordance with
the manufacturer's layout and the drawings. Members shall rest solidly
upon the supports without rocking. Panels shall be supported and braced
securely until permanent connections are completed and ring beam is
installed. Braces shall be capable of withstanding the wind loads as
specified. Each panel shall be plumb with braces and knee braces
installed before crane releases panel. Lateral bracing shall be
installed as soon as possible and shall not. be more than one panel
behind the last panel erected. Lateral bracing shall be continuous,
connected at each brace, and tied off with end brace at the end of each
line.
The temporary supports shall be designed by a professional engineer,
registered in the State of Texas and engaged and paid by the Contractor.
The supports shall be designed for the specified wind loads and any
other temporary or construction loads. To ensure design by a registered
professional engineer, the construction drawings bearing the seal of the
registered professional engineer shall be sent to the Engineer at least
10 days before starting the erection of the wall panels.
Members in final position shall be loaded as necessary so that adjacent
side edges are even. Loading shall be acceptable to the Engineer.
After all joints have been made and leveling loads removed, the member
shall be anchored to the base supports, along the joints, and the ring
beam poured as indicated on the drawings.
If necessary to maintain the proper edge distances, the final member
installed in the trickling filter shall be fabricated from field
measurements after the other panels are erected.
9.01. Welding. Welding shall be -done by qualified welders possessing
valid certificates under the qualification procedures of the American
Welding Society. Care shall be exercised to avoid overheating and
cracking the concrete adjacent to the anchorage plates.- All members
damaged during welding shall be removed and replaced with new undamaged
members by and at the expense of the Contractor.
(LUBBOCK, TEXAS
(SEWRP IMPROVEMENTS
(CONTRACT NO. 4
(17578
& EXPANSION)
03410
-5-
9.02. Field Cutting. Boles, within the manufacturer's limitations and
not requiring cutting of prestressing strands, shall be cut in the field
by the Contractor in accordance with the manufacturer's standard
recommendations. Prestressing strands shall not be cut in the field.
All cutting of concrete sections shall be done with suitable concrete
saws or core drilling equipment in a manner that will provide smooth,
even cut surfaces.
All lifting loops shall be cut off flush with the top surface of the
member before any covering materials are placed.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 03410
(17578 ) -6-
Section 03600 GROUT
1. SCOPE. This section covers grouting of pump, motor, and equipment
baseplates or bedplates; column baseplates; other miscellaneous base -
plates; and other uses of grout as indicated on the drawings. Unless
otherwise specified, all grouting shall be done with nonshrinking grout.
This section also covers epoxy grouting of anchor bolts and reinforcing
bars to be installed in hardened concrete. Anchor bolts are covered in
the anchor bolts and expansion anchors section.
2. MATERIALS.
Nonshrinking Grout Gifford -Hill "Supreme", L&M
"Crystex" Master Builders
Epoxy Grout
Adhesive
For Floors and Hori-
zontal Surfaces
Low Viscosity
Medium Viscosity
For Vertical Walls
and Overhead
Applications
"Masterflow 713 Grout",
Sauereisen Cements "F-100 Level
Fill Grout", U.S. Grout "Five
Star Grout", or UPCO "Upcon High
Flow" or "Upcon Super Flow".
Moisture insensitive.
Adhesive Engineering "Concresive
1463" or Sika "Hi -Mod LVO.
Adhesive Engineering "Concresive
1001 LPL" or Sika "Hi -Mod".
Nonsag consistency; Adhesive
Engineering "Concresive 1441" or
Sika "Hi -Mod Gel".
Aggregate As recommended by the epoxy
grout manufacturer.
Latex Modified Grout Sika "Sikabond" or Sonneborn
"Sonocrete
Water Clean and free from deleterious
substances.
3. NONSHRINKING GROUT. Nonshrinking grout shall be furnished factory
premixed so only water is added at jobsite. Grout shall be mixed in a
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 03600
(17578 ) -1
mechanical mixer. No more water shall be used than is necessary to
produce a flowable grout.
3.01. Preparation. The concrete foundation to receive nonshrinking
grout shall be saturated with water for 24 hours prior to grouting.
3.02. Placement. Unless otherwise specified or indicated on the draw-
ings, the thickness of grout under baseplates shall be 1-1/2 inches.
Grout shall be placed in strict accordance with the directions of the
manufacturer so all spaces and cavities below the top of baseplates and
bedplates are completely filled without voids. Forms shall be provided
where structural components of baseplates or bedplates will not confine
the grout.
3.03. Edge Finishing. In all locations where the edge of the grout
will be exposed to view, the grout shall be finished smooth after it has
reached its initial set. Except where shown to be finished on a slope,
the edges of grout shall be cut off flush at the baseplate, bedplate,
member, or piece of equipment.
3.04. Curing. Nonshrinking grout shall be protected against rapid loss
of moisture by covering with wet rags or polyethylene sheets. After
edge finishing is completed, the grout shall be wet cured for at least
7 days.
4. EPDXY GROUT. Epoxy grout shall consist of a two -component liquid
epoxy adhesive of viscosity appropriate to the location and application,
and an inert aggregate filler component. Components shall be packaged
separately at the factory and field mixed. All proportioning and mixing
of the components shall be in accordance with the manufacturer's
recommendations.
4.01. Preparation. Where indicated on the drawings, anchor bolts and
reinforcing bars shall be epoxy grouted in holes drilled into hardened
concrete. Diameters of holes shall be 1/4 inch larger than the maximum
dimension of the bolt head and 1/2 inch larger than the bar diameter.
The embedment depth for epoxy grouted anchor bolts and reinforcing bars
shall be not less than ten bolt or bar diameters unless indicated
otherwise on the drawings.
Holes shall be prepared for grouting as recommended by the grout
manufacturer.
4.02. Installation. Anchor bolts and reinforcing bars shall be clean,
dry, and free of grease and other foreign matter at time of
installation. The bolts and bars shall be set and positioned, and the
epoxy grout shall be placed and finished in accordance with the
recommendations of the grout manufacturer. Particular care shall be
taken to ensure that all spaces and cavities are filled with epoxy
grout, without voids.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 03600
(17578 ) -2-
.L
V
t-
5. LATEX MODIFIED GROUT. Latex modified grout shall have a minimum
compressive strength of.5000 psi at 28 days and shall be used to fill in
the recessed areas in the laboratory as indicated on the drawings.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 03600
(17578 ) -3-
Section 04200 - BUILDING MASONRY
1. SCOPE. This section covers building masonry.
Y
Ceramic tile is covered in another section.
2. GENERAL. Building masonry shall be constructed of units of the
types, dimensions, arrangements, and coursing indicated on the drawings
and specified herein, complete with all materials, accessories, and
appurtenances as indicated, specified, or required.
3. MATERIALS. Masonry unit sizes are indicated in inches. Coping tile
sizes are actual dimensions. Sizes of other masonry units are nominal,
the actual size being slightly smaller to allow for mortar joints.
Coping Tile ASTM C126 and C216, 7-5/8 by
2-1/4 by 7-5/8, with special
shapes as required. Similar to
Elgin -Butler pool coping,
mission blend color.
Concrete Block, (Exposed to
view, interior or exterior),
[Includes Split Face Concrete
Block, and Split Rib (6 V Rib)
Block.]
Concrete Block (Not exposed
to view)
Hollow Block
Solid Block
Sand
8 by 16, standard buff color,
with special shapes as required;
normal weight sand, gravel, or
crushed stone aggregate con
-forming to ASTM C33; moisture
controlled for linear shrinkage
of 0.03 percent or less, with
integral waterproofing additive.
8 by 16, with special shapes as
required; lightweight aggregate
conforming to ASTM C331;
moisture -controlled for linear
shrinkage of 0.03 percent or
less.
ASTM C90, Grade N-I.
ASTM C145, Grade N-I.
ASTM C144, natural sand.
Pea Gravel ASTM C33, coarse aggregate,
90 percent passing 3/8 inch
sieve, 90 percent retained on
No. 4 sieve.
Portland Cement ASTM C150, Type I.
Hydrated Lime ASTM C207, Type S.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 04200
(17578 ) -1-
quicklime
ASTM C5,:pulverized.
Lime Putty
quicklime, thoroughly slaked and
="
stored for one day; kept moist
until used.
Integral Waterproofing
Aluminum stearate, ammonium
stearate, or calcium stearate,
2 percent of weight of cement;
A. C. Horn "Hydratite", Master
Builders "Omicron Mortarproof-
ing", Sika'"Red Label", or
Sonneborn "Hydrocide".
Water Repellent
Fed Spec SS-W-110C, clear,
`
colorless. Prime -A -Pell 200,
Prosoco "Saltguard", or equal.
Water
Clean and free from deleterious
substances.
Joint Reinforcement
Fabricated from cold drawn steel
wire, ASTM A82; galvanized,
ASTM A153, Class B-2.
Ladder Type
AA Wire Products or.Dur-0-Wal;
two -rod and three -rod types as
indicated on the drawings.
Heavy -Duty
3/16 inch side rods and 9 gage
truss rods.
Corners
Prefabricated corners.
-�
Partitions
Prefabricated tees.
Metal Ties
Galvanized, ASTM A153,
Class B-2.
Dovetail Anchors
Galvanized, ASTM A153,
Class B-2. Corrugated are
not to be used.
Anchors
12 gage, one inch wide, punched
or notched for mortar grip;
length as specified, or
extending to within 1/2 inch of
outside face of masonry units
used for facing.
Slots
22 gage, with fillers.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS EXPANSION)
(CONTRACT NO. 4 )
04200
(17578 )
-2-
Slotted Channel Anchors
galvanized, ASTM A153,
Class B-2.
Channels
Heckman or Superior, 16 gage
steel channels.
Anchors
12 gage by one inch wide anchor
straps punched or notched for
mortar grip, 16 inches long
unless otherwise specified.
Reinforcing Steel
ASTM A615, Grade 60, except
No. 3 bars which may be either
Grade 40 or Grade 60.
Loose Fill Insulation
Granular perlite, ASTM C549, or
vermiculite, ASTM C516, treated
for water repellency; Grace
"Zonolite" or Grefco
"Permalite".
Insulation Adhesive
Rubber -based mastic adhesive as
recommended by the insulation
manufacturer.
Control Joint Material
PVC foam with pressure sensitive
adhesive back; Blanchard
"Foamgard" or Williams "Ever-
lastic Type U".
Preformed Control Joint
Synthetic rubber; AA Wire
Products "Titewall AA1000" or
Dur-O-Wal "Rapid Control Joint".
Wicks
Nylon or polypropylene sash
cord, 1/4 inch diameter.
Detergent Masonry Cleaner
ProSoCo "Vane-Trol" or National
Chem -Search "DC-6", unless
otherwise recommended by the
masonry unit manufacturer and
accepted by the Engineer.
Wall flashings are covered in the sheet
metal section.
4. COLORS AND SAMPLES. Colors shall
match the colors used on Contract
No. 2 which is currently -under -construction. Colors will be selected
from samples submitted as specified.
Where colors are specified they
are intended to indicate the color range desired. Equivalent colors by
other manufacturers may be furnished
subject to concurrence of the
Engineer.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 04200
(17578 ) -3-
1�-
4.01. Concrete Block, Slit Face Concrete Block, and Split Rib Concrete
Block. All concrete block shall be buff color. The exact color shall
match the color on the Solids Building. Data and samples shall be
submitted showing as many different colors as may be required for proper
selection.
4.02. Coping Tile. Coping tile shall match the color on the Adminis-
tration Building.
5. SAMPLE PANELS. Before the installation of any masonry materials, a
sample panel 6'-8" long by 4'-0" high shall be erected at the building
site showing proposed color, texture, bond, mortar joints, and
workmanship for masonry materials. The panel shall be concrete block
laid in running bond with exterior materials on one face and interior
materials on the other face. The panel shall be of the thickness
indicated on the drawings. The panel shall be representative of the r
typical exterior wall construction indicated on the drawings, complete
with joint reinforcement, and insulation. No masonry work shall
progress until the Engineer has accepted the sample panel. The panel
shall then become the standard of comparison for all masonry work built
of the same materials. The panel shall not be destroyed or moved until
masonry work is completed.
6. HANDLING AND STORAGE. All masonry units shall be handled in a
manner which will prevent soiling, chipping, or damage of any kind.
Broken; discolored, chipped, or otherwise damaged facing units will be
rejected and shall be replaced with undamaged units.
Masonry units shall .be stored on pallets and shall be protected against
contamination and staining. Masonry units shall be kept covered and dry
at all times. Lime and cement shall be stored under cover in a dry
place.
Sand shall be stored so that the inclusion of foreign materials is
prevented. Whenever sand is piled directly on the ground, the surface
beneath the sand shall be smooth,.well drained, and free from dust, mud,
and debris. The bottom 6 inches of each pile shall not be used in
mortar.
Insulation shall be stored under cover in a dry place, and shall be
protected.from the weather at all times.
7. MORTAR. The method of measurement of all mortar ingredients shall
be accurate and shall ensure definite and uniform proportions. The use
of masonry cement will not be permitted.
7.01. Masonry Mortar. Masonry mortar shall conform to ASTM.C270 except
as modified herein. Mortar shall be machine mixed for at least
5 minutes and shall be used within 90 minutes after mixing. Mortar left
on hand when work is stopped shall be discarded. No remixing of mortar L
more than 90 minutes old with additional water, cement, or other
materials will be permitted.
(LUBBOCK, TEXAS ) .
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 04200
(17578 ) -4 "-
The term "reinforced masonry", as used to determine mortar requirements,
shall include all masonry work incorporating reinforcing steel in cores,
cavities, or bond beams. Construction having joint reinforcement or
ties only shall not be considered as reinforced masonry.
10* Mortar shall be mixed in volumetric proportions as follows:
Service
Portland
Hydrated Lime
Sand
and Type
Cement
or Lime Putty
(Max)
Nonreinforced
1
1
6
masonry (Type N)
Reinforced
1
1/2
4
masonry (Type S)
The sand content specified above is a maximum quantity. Integral
waterproofing shall be added to each mortar mix.
Mortar for concrete block shall be colored to match the concrete block.
E
7.02. Concrete Fill. Concrete fill for filling bond beams and other
reinforced masonry shall be concrete grout meeting the requirements of
ASTM C476, mixed in the volumetric proportions of one part cement,
2-1/2 parts sand, and 1-1/2 parts pea gravel. Only enough water shall
be added to the mixture to produce a mixture which is flowable, but
which will not show an excess of water when placed.- Unless otherwise
specified, concrete fill shall have a slump ranging from 8 to 11 inches.
Unless otherwise acceptable to the Engineer, concrete fill shall be
placed in lifts not exceeding 5 feet in height. Pours exceeding
12 inches in height shall be consolidated by mechanical vibration and
reconsolidated by mechanical vibration after initial water loss and
settlement has occurred. Bond beam fill shall not be mechanically
vibrated.
8. MORTAR JOINTS. Masonry shall be laid in straight, level, uniform
courses with mortar joints of approximately 3/4 inch wide and.of uniform
width. Head joints shall approximately equal the horizontal joints in
width.
All head joints in coping tile shall be completely filled with mortar.
Additional mortar shall be placed in the upper part of the head joint
and sufficient pressure exerted to force it .out the full depth of the
joint. In laying up concrete block masonry, abutting surfaces of head
joints shall be completely and solidly cemented together with mortar.
All solid masonry units and hollow units with horizontal cells shall be
laid on a full bed of mortar. All unfilled hollow masonry units with
vertical cells shall be laid with face shell mortar bedding, except that
starter courses shall be laid on a full bed of mortar. Web joints of
all cores which will be subsequently filled with concrete fill shall be
fully mortared.
(LUBBOCK, TEXAS )
I (SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 04200
(17578 ) -5-
t
The filling of masonry joints shall mean that the.entire space between
abutting surfaces of units is full, and that the body of the mortar is _
forced against and into the porous surface of each unit.
All exterior and exposed interior mortar joints, except joints in split
rib concrete block walls, shall'be tooled to a smooth uniform surface
and finished free from voids, using a rounded tool. Mortar joints
specified to be caulked shall be raked to a depth of 1/2 inch. Tooling
of joints shall be regulated so that the mortar for each wall space has
a uniform appearance. Joints in exterior split rib concrete block shall
be finished flush following the contour of the unit.
9. BONDING AND REINFORCING. Except where otherwise indicated on the
drawings, all exposed concrete block shall be laid in running bond. All
masonry shall be reinforced and anchored in the manner indicated on the
drawings and specified herein. -
Unless otherwise specified, all concrete block masonry shall be bonded
and reinforced by continuous ladder type joint reinforcement spaced not
more than 16 inches apart vertically. The joint reinforcement shall
have one longitudinal rod at each face shell of the masonry units.
Masonry parapets shall be reinforced with heavy-duty continuous joint
reinforcement.
Masonry facing for concrete construction shall be reinforced at corners
and for at least 6 feet back from corners with ladder type joint rein-
forcement and prefabricated corners spaced not more than 8 inches apart
vertically.
Except where bond beams are indicated on the drawings, the top three
courses of all masonry "walls, including backup, shall have continuous
joint reinforcement placed in each joint (8 inches c.c.). Joint rein-
forcement shall be terminated at expansion joints and control joints.
Openings in masonry walls shall have joint reinforcement placed in the
two courses immediately above lintels and in the two courses immediately
below all sills. Joint reinforcement shall extend 24 inches past
openings on each side.
Widths of joint reinforcement (side rod to side rod) in each case shall
be approximately 2 inches less than the nominal overall thickness of the
wall in which it is placed. All joint reinforcement shall be placed to
ensure at least 5/8 inch of mortar coverage on the exterior face and
shall be fully embedded in mortar.
Sections of joint reinforcement shall have ends lapped at least
8 inches. Joint reinforcement shall be lapped full width at corners and
intersections, or prefabricated corners and tees shall be used.
Unless otherwise indicated on the drawings, masonry walls which abut
concrete columns or walls, or are built up under soffits of concrete
beams or slabs, shall be anchored to the concrete by means of anchor
(LUBBOCK, TEXAS ) --
(SEWRP IMPROVEMENTS & EXPANSION)•
(CONTRACT NO. 4 ) 04200
(17578 ) -6- *�
slots cast in the.concrete and dovetail anchors built into masonry. At
concrete columns or walls, dovetail anchors shall be 16 inches long and
spaced 16 inches apart vertically. Dovetail anchors shall also be
placed in each bond beam and in the course above and below each bond
beam. Vertical cells of .hollow masonry units at each column or wall
anchor shall be filled .with mortar. At beam or slab soffits, dovetail
anchors shall be 12 inches long and spaced 16 inches apart unless
otherwise indicated. Soffit anchors shall be placed in mortar -filled
block joints.
Masonry facings for concrete construction shall be anchored by means of
dovetail anchors in anchor slots cast vertically in the concrete, with a
maximum horizontal slot spacing of 24 inches. -Dovetail anchors shall be
installed in each slot not more than 16 inches apart.
Concrete block bond beam units shall be provided, installed, and rein-
forced with reinforcing steel where required and as indicated on the
drawings. Bond beam units shall be filled with concrete fill as speci-
fied herein. Reinforcing steel shall be continuous around corners, and
all laps shall have a minimum length of 48 bar diameters. At expansion
joints all bond beam reinforcing shall be discontinuous. At control
joints 50 percent of the bond beam reinforcing shall be discontinuous.
Vertically reinforced concrete block cores shall be provided as
indicated on the drawings. Reinforcing shall be accurately placed and
securely tied to prevent shifting during core filling. All lap splices
shall have a minimum length of 48 bar diameters. Mortar fins which
project into cores more than 1/2 inch and all loose mortar and debris
shall be removed before filling the cores. Cores shall be filled with
concrete fill as specified herein.
10. LAYING MASONRY UNITS. All masonry units shall be free from dust,
dirt, and surface moisture when laid. Concrete blocks shall be dry when
laid.
All masonry shall be laid to a line. Walls shall be plumb and straight
and in level courses. At no time shall masonry construction at any
point be more than 8 feet above adjacent work. When work is suspended,
the tops of exterior masonry walls shall be covered and protected from
the weather.
Care shall be taken in corner construction and at jambs to maintain
uniformity of appearance and to ensure that only whole, undamaged units
are used.
Where masonry units in exposed locations are laid in running bond, care
shall be taken to lay.out-the work.so that vertical joints in alternate
courses lie in the same vertical lines midway between the vertical
joints in adjacent courses to provide a regular and uniform joint
pattern.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 04200
(17578 ) -7-
Masonry units shall be saw cut as necessary to provide openings and to
accommodate embedded items. Anchors shall be securely embedded in
mortar. Door and window frames shall be maintained plumb and true. `—
Masonry shall be built tightly against interior door frames. A caulking
space shall be provided between exterior door frames and masonry in
accordance with the details indicated on the drawings. The jambs of
built-in hollow metal door frames shall be completely filled with
concrete fill or mortar.
Lintels shall be provided over all openings of width greater than the
length of a masonry unit. Lintels shall be of the type and size indi-
cated on the drawings or as required, and shall be acceptable to the
Engineer. Lintels greater than 3 feet in length shall bear on solid
masonry units or concrete -filled cells of hollow units at least one
masonry course in height, unless otherwise indicated on the drawings.
All embedded items shall be set and securely anchored in the masonry
work as indicated on the drawings or in a manner acceptable to the
Engineer. Joints between -masonry and embedded items shall be pointed.
The core of all exterior concrete block walls shall be filled with loose
fill insulation. The insulation shall be poured into the space as the
work progresses, with care taken to fill all spaces and voids.
Where an air space or cavity is provided back of wall facing, a mortar
fill shall be placed back of the lower courses and weeps provided at not
greater than 2 foot intervals. Mortar fill shall be well compacted,
troweled smooth, and sloped to the weeps. Mortar and other debris shall
be kept out of the air space back of the facing. Weeps shall consist of
wicks installed when the masonry is laid and cut off flush after the
mortar has set.
Masonry units shall be selected and laid so that the exposed face of
each unit is free from broken corners, chipped edges, or other defects
which would be detrimental to the appearance of the wall surface.
11. FLASHINGS. Wall'flashings shall be installed where and as
indicated on the drawings. Flashings that are located in horizontal
Joints shall be in the center of the joint with mortar below and above
them. Flashings shall drain toward the exterior surface of the wall.
Weeps shall be provided for wall flashings at not greater than 2 foot
centers and shall consist of wicks installed when the masonry is laid
and cut off flush after the mortar has set.
Flashings shall be kept from actual contact with steel work.
12. CONTROL JOINTS. Control joints in masonry walls and in masonry
walls abutting concrete wall surfaces shall be constructed as indicated
on the drawings. Preformed control joint strips shall be placed in the
wall as construction proceeds, with masonry units laid tight against the .—
control joint strips.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 04200
(17576 ) -8- �`
13. ANCHORS AND INSERTS. All necessary ties, anchors, bolts,.inserts,
bucks, flashings, sleeves for piping, conduits of every kind, window and
door frames, and other work shall be accurately set and securely held in
the masonry work as indicated on the drawings or in a manner acceptable
to the Engineer. Sleeves shall be provided where small piping passes
through the masonry.
14. LOW TEMPERATURES. When the surrounding air is below 40 F or when
the outside temperature is likely to fall below freezing at any time
during the 24 hour day, the following precautions shall be taken to
prevent freezing of freshly laid masonry:
a. In addition to the protection specified for ordinary condi-
tions, masonry materials shall also be kept from contact with
snow, ice, or dampness of any kind.
b. The mixed mortar shall have a temperature between 70 F and
120 F. Warm mixing water shall be used, but water temperature
shall not exceed 165 F. If necessary, sand shall be heated
also. Mortar mixing equipment shall be heated before it is
used. The use of salt or calcium chloride is prohibited.
C. Masonry units shall be free of ice and snow and shall be above
freezing when laid. If the outside temperature is below 30 F,
units shall be heated to at least 40 F. If the temperature is
below 0 F, units shall be heated to at least 60 1'. heating
shall be done in a way that will prevent any damage to units.
d. Units shall not be laid upon a surface that is frozen or
covered with snow or ice.
e. Masonry laid during freezing weather shall be kept warm for at
least 3 days after laying. The air at the masonry surface
shall be kept between 45 F and 90 F. Heating shall be done by
methods that will not unduly dry out or otherwise damage the
masonry. Heat shall be applied to both sides of the wall,
arrangement being made for proper circulation of air. The
masonry shall be suitably housed or covered. -
15. HIGH TEMPERATURES. When the ambient air temperature exceeds 99 F
in the shade and the relative humidity is less than 50 percent, masonry
shall be protected from direct exposure to wind and sun during erection
and for 48 hours thereafter.
16. PROTECTION FROM DAMAGE. Masonry and all embedded or built-in items
shall be carefully protected from damage. Masonry walls discolored by
paint, mortar, or concrete shall be rebuilt with new materials.
Whenever concrete is placed adjacent to previously constructed masonry,
the masonry shall,be adequately protected against splashing of concrete
paste and other damage.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 04200
(17578 ) -9
Where concrete is placed on top of previously constructed masonry, the
masonry shall be'protected from concrete splashing, spilling, and water
penetration by polyethylene film or Sisalkraft paper placed on,top of
the masonry and extended down each side of the wall as required for
adequate protection. The protective covering shall be neatly trimmed
away at face of wall after form removal.
17. FINISH POINTING. On completion of the work, all exposed masonry
shall be pointed where necessary and all voids and holes in the mortar
filled to match adjacent joint surfaces. Defective joints shall be cut
out and repointed with mortar. Care.shall be taken to produce a uniform
overall appearance. Spottiness due to variations either in materials or
workmanship will not be acceptable.
18. CLEANING. Following finish pointing, all exposed masonry surfaces
shall be carefully cleaned and all surface stains removed.
A detergent masonry cleaner shall be used to clean coping tile. The
cleaner shall be used in accordance with the manufacturer's recommen-
dations.
Mortar smears or droppings on concrete blocks shall be removed with a
steel trowel. Removal shall not be attempted until the smears or drop-
pings have hardened to the extent necessary to prevent additional smear-
ing of the surface during removal. Mortar remaining after removal with
the trowel shall be removed as much as possible by rubbing with a small
piece of block. All surfaces shall then be thoroughly brushed.
19. WATER REPELLENT. All exterior surfaces of masonry shall be coated
with water repellent. Water repellent shall be a clear, colorless
treatment providing an effective general purpose water repellent and
chlorine screen. Water repellent shall be applied in strict accordance
with the manufacturer's recommendations. The masonry shall be prepared �.
as recommended by the water repellent manufacturer.
20. DRAWINGS AND DATA. Before masonry construction is begun, the
following drawings, data, specimens, and samples shall be submitted in
accordance with the submittals section:
Sample panel.
Specimens of colored mortar.
Results of mortar tests performed in accordance with the property
specification requirements of ASTM C270.
Shop drawings showing details of steel reinforcement, lintels and
door frames, and shelf angles and lintels.
One sample, at least 6 inches long, of each type of nonmasonry
joint material required.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 04200
(17578 ) -10-
I
f�
Results of tests of masonry units and materials.
Data on masonry units verifying compliance with paragraph 3,
materials.
Specimens of the masonry units which will be used in project
construction, showing range of colors, textures, finishes, and
dimensions (deliver to-jobsite).
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 04200
(17578 ) -11-
Section 05550 ANCHOR BOLTS AND EXPANSION ANCHORS
1. SCOPE. This section covers cast -in -place anchor bolts, anchor bolts
for epoxy grouting, and expansion anchors to be installed in hardened
concrete and masonry.
Additional requirements for equipment anchor bolts are covered in the
General Equipment Stipulations.
Epoxy grouting of anchor bolts is covered in the grout section.
2. GENERAL. Unless otherwise specified or indicated on the drawings,
all anchor bolts shall be cast -in -place bolts and shall have a diameter
of at least 314 inch. Expansion anchors indicated or accepted in lieu
of cast -in -place anchor bolts for equipment or structural framing shall
have a diameter of at least 314 inch. All other expansion anchors shall
have a diameter of at least 1/2 inch.
Anchor bolts and expansion anchors for buried and immersion service and
in splash zones shall be stainless steel. All other anchor bolts and
expansion anchors shall be carbon steel unless otherwise specified or
indicated on the drawings.
3. MATERIALS.
Anchor Bolts and Nuts
Carbon Steel
Stainless Steel
Galvanized Steel
Flat Washers
Expansion Anchors
ASTM A307.
AISI Type 316; nuts of different
hardness to prevent galling.
Carbon steel bolts and nuts;
hot -dip galvanized ASTM A153 and
A385.
ANSI B18.22.1; of the same
material as anchor bolts and
nuts.
For Concrete Fed Spec FF-S-325; wedge type,
Group II, Type 4, Class 1 or 2;
self -drilling type, Group III,
Type 1; or nondrilling type,
Group VIII, Type 1 or 2; Hilti,
Phillips, Rawlplug, or USM.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 05550
(17578 ) -1-
For Masonry Fed Spec FF-S-325; lag shield
(zinc) type, Group II, Type 1;
or split shield type, Group II,
Type 3, Class 3; Hilti,
Phillips, or Rawlplug.
4. ANCHOR BOLTS. Anchor bolts shall be delivered in time to permit
setting before the structural concrete is -placed. Anchor bolts which
are cast in place in concrete shall be provided with sufficient threads
to permit a nut to be installed on the concrete side of the concrete
form or supporting template. Installation of anchor bolts is covered in
the cast -in -place concrete section.
Anchor bolts which are to be epoxy grouted shall be clean and free of
coatings that would weaken the bond with epoxy.
Two nuts, a jam nut, and a washer shall be furnished for anchor bolts
indicated on the drawings to have locknuts; two nuts and a washer shall
be furnished for all other anchor bolts.
5. EXPANSION ANCHORS. Expansion anchors shall be installed in con-
formity with the manufacturer's recommendations for maximum holding
power, but in no case shall the depth of hole be less than four bolt
hole diameters. The minimum distance between the center of any expan-
sion anchor and an edge or exterior corner of concrete shall be at least
4-1/2 times the diameter of the hole in which the anchor is installed.
Unless otherwise indicated on the drawings, the minimum distance between
the centers of expansion anchors shall be at least eight times the
diameter of the hole in which the anchors are installed.
Nuts and washers for expansion anchors shall be as specified.for anchor
bolts
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 05550
(17578 ) -2-
Section 05990 - STRUCTURAL AND MISCELLANEOUS METALS
1. SCOPE. This section covers all items fabricated from metal shapes,
plates, sheets, rods, bars, or castings and all other wrought or cast
metal except component parts of equipment and items covered by other
sections.
Fabricated metal items which are indicated on the drawings but not
mentioned specifically herein shall be fabricated in accordance with the
applicable requirements of this section.
2. BASIC MATERIALS.
Steel
Shapes, Plates, and Bars ASTM A36.
Sheets ASTM A366 or A569, zinc coated.
Pipe ASTM A53, Type E or S, Grade B;
or ASTM A500, Grade B or C.
Bolts and Nuts
High Strength
Unfinished
Nuts, Self -Locking
Washers
Flat
Flat, Hardened
Lock
Load Indicator
Checkered Plate
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENT & EXPANSION)
(CONTRACT NO. 4 ) 05990
(17578 ) -1-
ASTM A325, Type 1; tested in
accordance with Article 9.2
thereof.
ASTM A307.
Prevailing torque type; IFI-100,
Grade A.
ASTM F844.
ASTM F436.
ANSI B18.21.1, helical spring
type.
ASTM F959, compressible -washer -
type direct tension indicator as
manufactured by Cooper+Turner;
tested in accordance with
Article 10.2 of ASTM F959.
ASTM A786, carbon steel, skid
resistant pattern as standard
with the manufacturer; Inland
04-Way Floor Plate" or U.S.
Steel "Multigrip Floor Plate".
Structural Tubing- ASTM.A500, Grade B or C.,
Rails
Crane
Cast Iron
Stainless Steel
Plates
Bolts
Nuts
Washers
Flat
Lock
Aluminum
Sheet and Plate
Rolled Sections
Rod and Bar
Extrusions
Pipe
Rivets
Bolts
Nuts
Washers
Flat
ASTM Al.
ASTM A48, Class 35B or better.
ASTM A167, Type 304L (316L where
indicated).
ASTM 7593, Alloy Group 1.
ASTM F594, Alloy Group 1.
ANSI B18.22.1.
ANSI B18.21.1, helical spring
type.
ASTM B209, Alloy 6061-T6.
ASTM B308, Alloy 6061-T6.
ASTM, B211, Alloy 6061-T6 or
2017-T4.
ASTM B221, Alloy 6063-T5 or T6.
ASTM B429, Alloy 6061-T6 or
6063-T6.
ASTM B316, Alloy 6061-T6.
IFI-104, Grade,24T4.
IFI-104, Grade 61T6.
ANSI B18.22.1.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENT & EXPANSION)
(CONTRACT NO. 4 ) 05990. `
(17578 ) -2-
. Lock-
Castings
Checkered Plate
Brass or Bronze
Plate and Strip
Castings
Bolts and Nuts
Washers
Flat
Lock
Silicon Bronze
Sheet and Plate
Castings
Bolts and Nuts
Washers
Flat
Lock
Aluminum Grating
I -Bar
Chain
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENT & EXPANSION)
(CONTRACT NO. 4 ) 05990
(17578 ) -3-
ANSI B18.21.1, helical spring
type.
ASTM B26 or B85.
Alcoa C102, Alloy 6061-T6.
ASTM B36.
ASTM B61 or B584.
IFI-104, Grade 462 or 464.
ANSI B18.22.1.
ANSI B18.21.1, helical spring
type.
ASTM B96, American Brass
"Everdur 10101.
ASTM B584, American Brass
"Everdur 10001.
IFI-104, Grade 655.
ANSI B18.22.1.
ANSI B18.21.1, helical spring
type.
ASTM B221, Alloy 6063-T6,
mechanically locked; Klemp
"I -Bar", Reliance "I-Lok", or
Universal "Uni-Lok:'.
Fed Spec RR-C-271, Type I,
Grade C, Class 5, Style 2,
galvanized; welded steel,
twist -link style, short link
pattern.
Handrail -Setting Cement
Bird Screen
Body Solder
Shop Coatings
Rust -Inhibitive Primer
Minwax "Super Por-Rok Cement" or
Master Builders "Set 45".
2 mesh, brass or copper wire
cloth, min wire dia 0.063 inch.
Flux -core wire, ASTM B32, Alloy
Grade 20B.
Universal type; Cook "391-N-167
Barrier Coat", Kop-Coat
"340 Gold Primer", Tnemec 037-77
Chem -Prime", or Valspar "13-R-28
Chromox Primer".
Coal Tar Paint Kop-Coat"Bitumastic Super
Service Black", Tnemec
"46-449 Heavy Duty Black", or
Valspar "35-J-10 Hi -Build
Bituminous Coating".
Asphalt Varnish Fed Spec TT-V-51.
3. GENERAL REQUIREMENTS. Structural and miscellaneous metal work shall
be fabricated in conformity with dimensions, arrangement, sizes, and
weights or thicknesses specified or indicated on the drawings.
All members and parts, as delivered and erected, shall be free of winds,
warps, local deformations, and unauthorized bends. Holes and other
provisions for field connections shall be accurately located and shop
checked so that proper fit will result when the units are assembled in
the field. Erection drawings shall be prepared, and each separate piece
shall be marked as indicated thereon. All field connection materials
shall be furnished.
Structural and miscellaneous metal work shall be stored on blocking so
that no metal touches the ground and water cannot collect thereon. The
material shall be protected against bending under its own weight or
superimposed loads.
Before assembly, surfaces to be in contact with each other shall be
thoroughly cleaned. All parts shall be assembled accurately as
indicated on the drawings. Light drifting will be permitted to draw
parts together, but drifting to match unfair holes will not be permit-
ted. Any enlargement of holes necessary to make connections in the
field shall be done by reaming with twist drills. Enlarging holes by
burning will not be permitted.
3.01. Plant Certification. All fabricating plants providing structural
steel under these specifications shall be certified in accordance with
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENT & EXPANSION)
(CONTRACT NO. 4 ) 05990
(17578 ) -4-
r
1
the AISC Quality Certification Program. Fabricating plants shall be
certified in accordance with Category I. Conventional Steel Structures.
All shop drawings shall be prepared by or under the direct control of a
Category I quality certified plant.
4. STRUCTURAL AND MISCELLANEOUS STEEL. Except as otherwise specified
or indicated on the drawings, all materials and work shall conform to
the applicable provisions of the AISC "Steel Construction Manual" and
AISC "Specification for the Design, Fabrication and Erection of
Structural Steel for Buildings
4.01. Connections. Unless otherwise noted, connections shall conform
to the details indicated on the drawings.
Unless welded connections are noted on the drawings, the shop fabricated
portions of structural connections may be welded or bolted. The shop
portion of beam -to -column connections shall be attached to the beam
unless otherwise indicated on the drawings.
Unless otherwise noted, bolted connections for structural steel, as
defined in the RISC manual, shall be made with 3/4 inch ASTM A325 high
strength bolts equipped with load indicator washers.
Field -welded connections will not be acceptable for structural steel
unless indicated on the drawings.
Connections for miscellaneous steel work not included in the AISC
definition of structural steel may be made with unfinished bolts. All
unfinished bolts shall be equipped with self-locking nuts or unfinished
nuts and lock washers.
Bolted connections shall be friction type except where other type con-
nections are specifically indicated on the drawings. Contact surfaces
4 of friction connections shall not be painted. When assembled, all joint
surfaces, including those adjacent to the bolt heads, nuts, or washers,
shall be free of loose mill scale, dirt, burrs, oil, paint, lacquer,
galvanizing, and other foreign material that would prevent solid seating
of the parts.
Bolt holes shall have a diameter nominally 1/16 inch larger than the
nominal bolt diameter. Bolt holes for one ply only of vertical diagonal
bracing connections may be oversize to a diameter nominally 3/16 inch
larger than the nominal bolt diameter. If oversize holes are provided
in an outer ply, a hardened flat washer shall be installed over each
hole during bolting. Slotted holes shall not be used except for girt
connections and other locations specifically indicated on the drawings.
4.02. Bolted Structural Connections. Except as modified or supple-
mented herein, high strength bolts, method of installation, and bolting
tools and equipment shall conform to the requirements of the
"Specification for Structural Joints Using ASTM A325 or A490 Bolts" as
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENT & EXPANSION)
(CONTRACT NO. 4 ) 05990
'�"' (17578 ) -5-
approved by the Research Council on Structural Connections. Bolt length
shall be increased 1/8 inch to allow for the thickness -of the installed
load indicator washer; 1/4 inch if the indicator washer is used in
conjunction with one hardened flat washer; and 3/8 inch if two flat
washers are required.
Load indicator washers shall be installed in accordance with the manu-
facturer's recommendations, as supplemented herein.
To facilitate proper tightening of fastener assemblies, a_hardened flat
washer shall be installed under the turned element (bolt head or nut)
and between the turned element and the indicator washer protrusions, in
all cases.
Whenever possible, the indicator washer shall be installed on the head
end of the bolt. If the bolt head will not be visible for inspection of
the indicator washer after installation, or if the bolt head must be
turned to tighten the assembly, the indicator washer may be installed on
the nut end of the bolt. -
Tightening of each assembly shall progress systematically from the most
rigid part of the joint toward the free edges until the indicator
washers on all bolts have been closed to the average gap stipulated by
the washer manufacturer.
Load indicating washers shall not be substituted for the hardened flat
washer required for oversize holes in the outer ply of vertical diagonal
bracing connections.
4.03. Welding. Welding and related operations shall conform to appli-
cable provisions of the Structural Welding Code, AWS D1.1, of the.
American Welding Society. All welding shall be performed in accordance
with written procedures, using only those joint details which have
prequalified status when performed in accordance with AWS D1.1. Use.of-
electroslag or electrogas welding processes or the short circuiting
transfer mode of the gas metal arc process will not be acceptable.
Welds not dimensioned on the drawings shall be sized to develop the full
strength of the least strength component of the connection.
Where structural or miscellaneous steel connections are welded, all butt
and miter welds shall be continuous and, where exposed to view, shall be
ground smooth.Intermittent welds shall have an effective length of at
least 2 inches and shall be spaced not more than 6 inches apart.
4.04. Field Erection. Structural steel shall be erected so that
individual pieces are plumb, level, and aligned within a tolerance of
1:500. The elevation of the top of the floor and roof members shall be
within 1/16 inch of the elevations indicated on the drawings.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENT & EXPANSION)
(CONTRACT NO. 4 ) 05990
(17578 ) -6
1. Unless otherwise acceptable to the Engineer, a platform or.other,means
of access shall be provided at each field connection to facilitate
inspection.
Baseplates shall be set level in exact position and grouted in place_.
5. STRUCTURAL AND MISCELLANEOUS ALUMINUM. Unless otherwise noted, all
materials and work shall conform to applicable provisions of the
Aluminum Association, "Standard for Aluminum Structures".
All members shall be Aluminum Association standard structural shapes.
Fabrication work shall be in accordance with current industry practice.
5.01. Connections. Connections not specifically detailed on the draw-
ings shall develop the full strength of the least strength member of the
connection.
Unless otherwise noted, connections shall be all -bolted, bearing type,
utilizing 3/4 inch stainless steel bolts and nuts equipped with a
helical spring lock washer under the stationary element (bolt head or
nut) and a flat washer under the turned element. A sufficient number of
bolts shall be provided in each connection to develop the shear strength
of the members. Unless otherwise noted, welded connections; will not be
acceptable.
5.02. Field Erection. Structural aluminum shall be erected so that
individual pieces are plumb, level, and aligned within a tolerance of
1:500. The elevation of horizontal members shall be within 1/16 inch of
the elevation indicated on the drawings.
Baseplates shall be set level in exact position and grouted in place.
6. RAILINGS. Unless otherwise indicated on the drawings, all railings
C provided under this section shall be of the same type and design.
Aluminum railings shall be provided except where steel railings are
designated on the drawings or specified.
All welding of aluminum shall be done in accordance with recommendations
of the American Welding Society. Welds shall be free of porosity,
cracks, holes, and flux.`
I <_
All fasteners used in connection with aluminum railings shall be stain-
less steel.
6.01. Aluminum Railings. All aluminum railings, except ornamental
railings specified in the ornamental railing paragraph, shall be Enerco
"Alumarail", Universal "Uni-Rail" or Moultrie "Wesrail" in -line prefab-
ricated 1-1/2 inch railing, generally as specified and as indicated on
the drawings.
All prefabricated aluminum railings shall be provided with the manu-
facturer's standard clear anodic A41 finish.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENT & EXPANSION)
(CONTRACT NO. 4 ) 05990
(17578 ) -7-
6.02. Connections. All angles, offsets, or other changes in.alignment
in pipe railings shall be made with R &,B Wagner railing ells and
welding connectors. All fittings and connections in prefabricated
aluminum railings shall be as recommended by the railing manufacturer.
Field joints_in welded railings shall be made with R & B Wagner
"Double -Lock Splice -Lock", at least 3-3/4 inches long. Welding con-
nectors and splice locks shall be installed in accordance with the
-
manufacturer's recommendations.. Other methods of making connections and
changes in alignment will be considered, provided complete information
covering the proposed method is submitted to the Engineer for review.
6.03. Fabrication. Railings shall be smooth, with all projecting
joints and sharp corners ground smooth. Welded joints shall be flush
type. Members shall be neatly coped and continuously welded .or mechani-
cally connected at all junctions. Top rails shall run continuously over
posts. All rails and posts shall be in the same plane, and shall not be
offset. All welding shall be done neatly and substantially by a process
(i.e., TIG or MIG) producing a smooth weld. All weld spatter and burrs
shall be removed, and all welds shall be thoroughly brushed with a
stainless steel power wire brush.
A safety chain, fabricated of 5/16 inch stainless steel chain, shall be
provided across each opening in the railings where indicated on the
drawings or where the gap between railing and adjacent object exceeds 4
inches. The chain shall be fastened to one railing post by a stainless
steel eyebolt, and shall engage a similar eyebolt on the opposite post
by means of a 2-1/2 inch heavy-duty cadmium plated harness snap. The
chain length shall be as required by the width of the opening.
Sleeves for fixed handrail posts shall be fabricated from Schedule 40
black.steel pipe and hot -dip galvanized after fabrication. Sleeves
shall provide at least 1/4 inch clearance all around each post and shall
be 5 inches long unless otherwise indicated on the drawings.
For removable posts, -the outer sleeve shall be fabricated from Sched-
ule 40 black steel pipe and hot -dip galvanized after fabrication. The
inner sleeve shall be Schedule 40 PVC pipe. Removable handrail sections
shall be designed so that each section has two posts.
6.04. Erection. When railings are assembled, all posts shall be plumb,
and longitudinal members shall be parallel with each other and with the
floor surface or slope of stairs. In any section or run of railing, the
center lines of all members shall be in true alignment, lying in,the
same vertical plane.
Suitable wall brackets shall be provided where shown or required. Wall
brackets shall be securely anchored to walls with AISI 30.0 Series stain-
less steel bolts and expansion,-
anchors.
All posts in fixed handrail sections shall be rigidly attached to the
supporting structure. Unless otherwise noted, posts shall be attached
to concrete structures by setting in sleeves.. Sleeves shall be rigidly
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENT & EXPANSION)
(CONTRACT NO. 4 ) 05990
(17578 ) -8
supported in accurate alignment in the forms and shall be positioned
vertically so that the top of each sleeve is approximately 1/2 inch
below the finished concrete surface. The position of all sleeves shall
be carefully measured before railings are fabricated. When the railing
is set, the posts shall be wedged in accurate alignment, and the annular
space between the posts and sleeves shall be filled with handrail -
setting cement to the top of the steel sleeve. Filling of the remaining
z space with sealant, as indicated on the drawings, is covered in the
caulking section. Where so indicated, attachments shall be made with
flanges or other special attachments or anchorages. Maximum spacing for
posts shall be 5 feet for aluminum railings.
For the removable handrail sections, inner sleeves shall be in outer
sleeves in the same manner as specified herein for the setting of fixed
posts. Particular care shall be taken to ensure that the inner sleeves -
are accurately spaced and plumbed so that the handrail sections, when
set in position, will stand in proper alignment and will be removable
without binding
r Handrails in outdoor locations shall have slip joints at least every
30 feet to permit expansion and contraction. The gap at each slip joint
shall be not less than 1/8 inch nor more than 3/8 inch.
k After installation, railings shall be checked for final alignment, using
a tightly drawn wire for reference. The maximum misalignment tolerance
for railings shall be 1/8 inch in 12 feet. Bent, deformed, or otherwise
damaged railings shall be replaced.
7. CHECKERED FLOOR PLATES. Checkered floor plates shall be aluminum.
All checkered plates which are not required to be bolted or welded in
place shall be provided with lifting holes to facilitate removal.
Warped or bent checkered plates shall be shop straightened so they will
lie perfectly flat.
Checkered plates shall be secured to steel shapes using 3/8 inch slotted
r steel, flathead, stainless steel machine screws at 12 inch centers using
Lindapter "Floor -Fast" stepped locking fasteners as indicated on the
drawings.
Steel frames anchored to or cast in concrete to support checkered plates
shall be hot -dip galvanized after fabrication.
S. GRATING. All grating and grating stair treads shall be aluminum.
Depth of bearing bars for grating and treads shall be as indicated on
the drawings. All grating shall be I -bar type.
Except as modified herein, grating manufacture, fabrication, and instal-
lation shall comply with recommendations in the "Metal Bar Grating
Manual" of the National Association of Architectural Metal
Manufacturers
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENT & EXPANSION)
(CONTRACT NO. 4 ) 05990
f" (17578 ) -9
8.01. Aluminum Grating. Aluminum grating shall be pressure locked
type. Grating stair treads shall be pressure locked or one-piece cast'
or extruded type. Bearing bars shall be at least 3/16 inch flat stock
or equivalent I -bars, with center -to -center spacing of 1-3/16 inches.
8.02. Fabrication. Grating panels shall be arranged so that openings
are centered ;on a joint between panels. Toeplates extending the full
depth of grating and 4 inches above the top shall be provided around
openings and on the open sides of stairway landings, overhead platforms,
overhead walkways, and other locations indicated on the drawings. Ends
of bearing bars in grating floor panels shall be provided with full -
depth bands. Bands and toeplates shall.be 3/16 inch thick. Toeplates
shall be welded to each bearing bar. Bands shall be welded to first,
last, and every fourth intermediate bar. Cross bars shall be cutoff
flush with the outside face of side bars.
All angular, circular, re-entrant, and other cuts in aluminum grating
shall be sawed or sheared.
Grating shall be fabricated in panels that can be easily handled in the
future by plant personnel.. Unless otherwise indicated on the drawings,
the weight of individual panels should not exceed 150 pounds. Panels
shall be within 3116,inch plus,or minus of authorized length, within
1/8 inch.plus or minus of authorized width, and shall have a maximum
difference in length of opposite diagonals of 1/4 inch. The spacing, of
bearing bars shall be within 1/32 inch of authorized spacing., Cross
bars and edge bars of adjacent panels shall align. After installation,
there shall be not more than ,1/4 1nch clearance between panels. All
bearing bars shall be parallel. Bands and toeplates shall align within
1/8 inch tolerance,.vertical and horizontal.
All -grating shall lie flat, with no tendency to rock when installed.
Poorly fitting or damaged grating will be rejected.
Steel frames anchored to or cast in concrete to support grating shall be
hot -dip galvanized after fabrication.
Grating stair treads shall be provided with carrier plates and Wooster
"120" abrasive nosings. Stair treads shall be fastened to stair
stringers with galvanized bolts, Nosings shall be attached with
stainless steel bolts and self-locking nuts.
8.03. Installation. Grating shall not be damaged during handling and
installation.
Grating covers for flumes, manholes, or pits may rest unanchored in
recesses constructed for the purpose. To preclude excessive accumu-
lation of tolerances, an extra long panel shall be,provided for each.
unanchored grating cover that exceeds 20 feet in length. The panel .
shall be field cut to the required dimension after the remainder.of the
grating panels have been installed. All other grating shall be securely
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENT & EXPANSION).
(CONTRACT NO. 4 ) 05990,
(17578 ) -10-
r
ti
E
i
4
`}Jl anchored in place. -Each grating panel shall be fastened in place with
saddle -clips or flange blocks as illustrated in the NAAMM "Metal -Bar
Grating Manual". Clips for steel grating shall be galvanized steel.
Clips or flange blocks for aluminum grating shall be aluminum or
stainless steel. Clips shall be fastened to supporting steel with
Nelson stud type bolts not less than 1/4 inch in diameter. All fastener
t
parts shall be stainless steel.
9. BASIN WEIR PLATES. Basin -weir plates, except V-notch weirs, shall
be stainless steel fabricated to dimensions indicated on the drawings,
with top surface cut to shape. The top edge of each weir plate shall be
straight within 1/8 inch. Particular care shall be taken in cutting
operations. All .burrs or irregularities on cut edges shall be removed
by grinding. Weir plates shall be stainless steel. Before
installation, surfaces in con -tact with concrete shall be given a heavy
�.. coating of sealant as specs -fled in the caulking section. Weir plates
shall be adjusted after weir installation and water tested to the
satisfaction of the Engineer, prior to installation of the odor control
hoods, to provide uniform overflow rate at all points.
10. SCUM BAFFLES. Scum baffles shall be fabricated in accordance with
details indicated on the drawings. Scum baffles, scum baffle supports,
and bracing shall be stainless steel.
11. STEEL STAIRS. Steel stairs shall be of the dimensions, arrange-
ments, sizes, and members indicated on the drawings and shall be accu-
rately framed, strongly and rigidly connected, and smoothly finished.
When erected, stairs shall be true to line and slope, shall be rigidly
supported, and shall be braced and tightened to prevent movement. All
treads shall be level and in perfect alignment and.spacing. Handrails.
shall be in alignment and rigidly connected.
After installation, stairs shall berigidand shall not sway noticeably
or deflect under foot traffic. If necessary to prevent noticeable
movement, additional supports or bracing shall be provided.
12. PAN TYPE STAIRS. Pressed and structural steel pan type stairs
shall be of the dimensions and arrangement indicated on the drawings.
Stairs shall be true to line and slope, accurately mitered and joined,
and securely and rigidly supported. Risers and subtzeads shall be
fabricated from 12 USS gage steel and subplatforms from 10 USS gage
steel. Fill depth shall be 2 inches for treads and 3 inches for
platforms. Each riser shall have a formed sanitary cove, located so
that the toe of the cove will be at the surface of the concrete _fill or
applied finish.
13. STAIR NOSINGS. Aluminum stair nosings with skid -resistant safety
treads shall be provided for all steel pan stairs and interior cast -
in -place concrete stairs. Nosings for steel pan stairs shall, be Wooster
"WP3J". Nosings for concrete stairs shall be Wooster 'WP3C". Nosings
shall be of a length approximately equal to width of steel pan stairs
r
(LUBBOCK, TEXAS )
l (SEWRP IMPROVEMENT & EXPANSION)
(CONTRACT NO. 4 ) 05990 -
+"' (17578 ) -11
f
and 6 inches less than width of cast -in -place concrete stairs, and .shall
be furnished complete with integral anchors:
14. DOOR FRAMES. Door frames required by the drawings to be construc-
ted of structural steel shapes shall be fabricated in accordance with
the indicated details. Corners of frames shall be fully welded and
welds dressed smooth on exposed surfaces. Jamb anchors and sill clip
angles for jamb members shall be provided for all frames set in masonry
walls. Sill clip angles shall be anchored to concrete floors with
1/2 inch diameter bolts and expansion anchors unless otherwise
indicated. Frames shall be sandblasted and finished by grinding until
all exposed surfaces are smooth. Body solder may be used as necessary
to fill joints and to provide a surface that can be finished.
15. CASTINGS. Cast iron frames and covers for sewer manholes are
covered in the sewer manholes section.
16. RUNWAY BEAMS. Steel beams used as crane or hoist runways shall be
straight and level. The upper surface of the lower flange for underhung
cranes or hoists and the upper surface of the top flange for top running
cranes shall be smooth with all projections ground off. Joints shall be
close -fitting and free from unevenness. The beams shall be rigidly
supported in exact alignment. Curved sections where indicated on the .—
drawings shall be carefully formed to radius and shall be free of warp
and distortions.
A section of each runway beam shall not be installed until after the
crane or hoist has been.installed.
Stops made from angles and bolted in place shall be provided on each end
of each runway beam where indicated on the drawings to limit the travel
of the crane or hoist. Stops shall be suitably located so that the
crane or hoist does not contact any part of the structure or piping. At _
the power feed end of the runway, the stops shall be designed so that
the cable trolleys will pass beneath the stops. The stops shall be
located so that there is sufficient room on the runway for storage of
the cable trolleys beyond the stops. Secondary stops shall be provided
for the cable trolleys.
17. CRANE RAILS. Rails on which the traveling crane is to travel shall be furnished and installed complete with clamps or hook bolts, splice
plates, stops, anchor bolts and nuts, and other accessories necessary to
complete the installation indicated on the drawings. Crane rails shall
be installed level and in accurate alignment and shall form a
continuous, smooth track.
18. SHOP COATING. All structural and miscellaneous metal items shall
be shop coated as specified herein. The requirements for field painting
are covered in the painting section.
18.01. Cleaning. Surfaces shall be dry and of a proper temperature
when coated, and free of grease, oil, dirt, dust, grit, rust, loose mill
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENT & EXPANSION)
(CONTRACT NO. 4 ) 05990
(17578 ) -12-
scale, weld flux, slag, weld spatter, or other objectionable substance.
Articles to be galvanized shall be pickled before galvanizing. All
other ferrous metal surfaces shall be cleaned by high-speed power wire
brushing or blasting to the degree recommended by the paint manufac-
turer. Welds shall be scraped, chipped, and brushed as necessary to
remove all.weld spatter.
18.02. Edge Grinding. Sharp projections of cut or sheared edges of
ferrous metals which will be submerged in operation, except for items
specified to be hot -dip galvanized, shall be ground to a radius as
required to ensure satisfactory paint adherence.
18.03. Galvanizing. All galvanizing shall be done by the hot -dip
process after fabrication in conformity with requirements of ASTM A123,
A153, and A385.
Where galvanized bolts are required by the drawings or specified, the
use of zinc plated bolts will not be acceptable.
18.04. Castings. Shop coating of miscellaneous iron castings will not
be required.
18.05. Steel. Unless otherwise specified, all ungalvanized structural
and miscellaneous steel shall be given a rust -inhibitive prime coat in
the shop after fabrication. Steel surfaces shall be prime coated as
soon as practicable after cleaning. All painting shall be done in a
heated structure if the outside air temperature is below 50 F. Steel
shall not be moved or handled until the shop coat is dry and hard.
18.06. Aluminum. All surfaces of aluminum which will be in contact
with concrete, mortar, or dissimilar metals shall be given a heavy coat
of coal tar paint.
18.07. Stainless Steel. Unless otherwise specified or permitted, all
items fabricated from stainless steel shall be thoroughly cleaned,
degreased, and pickled following fabrication. Pickling shall produce a
modest etch and shall remove all embedded iron and heat tint. Pickled
surfaces shall be subjected to a 24 hour water test or a ferroxyl test
to detect the presence of residual embedded iron and shall be repickled
as required to remove all traces of iron contamination. Pickled
surfaces shall be adequately protected during shipping, handling, and
installation to prevent contact with iron or steel objects or surfaces.
Blast cleaning of stainless steel will not be acceptable.
18.08. Other Surfaces. Shop coating of stainless steel surfaces will
not be required.
18.09. Film Thickness. The dry film thickness of the shop coating
shall be at least 1.5 mils for rust -inhibitive primer and at least
6 mils for coal tar paint.
(LUBBOCK, TEXAS
(SEWRP IMPROVEMENT
(CONTRACT NO. 4
(17578
& EXPANSION)
05990
-13-
19. DRAWINGS AND DATA. Complete data, detailed drawings, and setting
or erection drawings covering all structural and miscellaneous metal
items shall be submitted in accordance with the submittals section.
All welds shall be properly identified on the detailed shop drawings.
Submittals for high strength bolts and load indicator washers shall
include statements from the bolt and washer manufacturers certifying
satisfactory compliance with the governing standards and specified
tests.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENT & EXPANSION)
(CONTRACT NO 4 ) 05990
(17578 ) -14-
Section 06090 - CARPENTRY
1. SCOPE. This section covers all items required by the drawings to be
of wood construction, except Wood Doors
and Prefabricated Wood Roof
Support System.: Carpentry shall include:
l
a. Wood nailers.
b. Wood chair rail.
4
4, r
2. MATERIALS.
tLumber
American Standard Lumber con-
forming to PS20, moisture
content 19 percent or less;
sized dry.
Pressure Treated
Structural lumber, pressure
treated with waterborne preserv-
ative in accordance with AWPA C2
and AWPB LP-22. Roof nailers
shall be treated with chromated
copper arsenate (CCA), Type A,
B, or C.
Hardwood
General Purpose
Oak or birch, premium grade.
.+
Polyethylene Film
Fed Spec L-P-378, Type I; 6 mil.
Bolts and Nuts
ASTM A307, galvanized ASTM A153,
!;
cadmium plated ASTM A165
Type NS, or zinc plated
ASTM B633, SC-4.
k
I
Wood Screws
18-8 stainless steel or brass.
+"
Nails
Galvanized or aluminum coated.
3. PROTECTION AND STORAGE. Lumber and
millwork shall be protected and
kept under cover, both in transit and at
jobsite. Lumber shall be
carefully stacked on suitable supports
in a manner which will ensure
proper ventilation and drainage. Millwork shall be stored in a dry
weathertight building and protected from damage or soiling by cartons or
other suitable means.
4. ROUGH CARPENTRY. Rough carpentry shall
include lumber work gener-
ally, except finish work.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 06090
(17576 ) -1-
Structural lumber in exterior locations; lumber in contact with con
crete, masonry, earth, or water; and all wood nailers shall be pressure
treated unless otherwise specified.
Roof edge nailers shall be kerfed on the underside as indicated on the
drawings. The nailers shall be continuous and shall be installed level
and straight. Each section of nailer shall be secured by at least two
anchor bolts.
Washers shall be provided under all bolt heads and nuts in contact with
lumber.
5. MILLWORK. Millwork shall be delivered to the jobsite in clean
undamaged condition. Workmanship shall conform to the best standards of
the trade and shall be acceptable to the Engineer. Woodwork shall have
a fine smooth finish and shall be free from machine or tool marks,
abrasions, raised grain, or knots on exposed surfaces.
Joints shall be tight and formed to conceal shrinkage. Nails shall be
concealed.
Finish woodwork shall be installed plumb and level, straight and true,
but shall not be installed until the areas are enclosed and dry. Wood-
work shall be fitted and scribed to other finished work in a careful
manner. Nailing shall be located, driven, and putty filled so as to be
inconspicuous.
6. DRAWINGS AND DATA. Complete specifications and data covering the
finish millwork furnished under this section shall be submitted in
accordance with the submittals section. Drawings and data for rough
carpentry and field fabricated items will not be required.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 06090
(17578 ) -2-
r
7
Section 06190 - PREFABRICATED WOOD ROOF SUPPORT SYSTEM
1. SCOPE. This section covers the prefabricated roof support system of
wood trusses, decking, rafters, support members, and connectors.
All other carpentry shall be covered in the carpentry section.
2. GENERAL. The wood roof trusses, decking, rafters, and support
members shall be designed, furnished, and installed under this section
generally as shown on the drawings (Laboratory Building). The installa-
tion shall include all temporary bracing, -all connectors as specified
herein, and special metalshapesnecessary for the proper prefabrica-
tion, erection, assembly, supporting, and anchoring of the wood trusses
to support the Dock Roof at the Laboratory Building. The wood roof
support system shall match the similar system in the Control Building
(Contract 2) in color and general appearance.
2.01. Reference Specifications. The design and fabrication criteria of
all wood trusses shall comply with the following 1988 Uniform Building
Code with the City of Lubbock, Texas Amendments; "National Design Speci-
fications for Wood Construction" by National Forest Products Association
latest edition; and the recommendations of the latest American Institute
of Timber Construction Standards.
3. MATERIALS.
3.01. Lumber. The lumber shall be American Standard Lumber conforming
to PS-20 with a moisture content of 19 percent or less and sized dry.
All lumber shall be a select structural, rough sawn, Douglas fir,
treated with a shop applied fire retardant. All exposed field cuts
shall be rough sawn.
All lumber used for truss members shall conform to the published stress
ratings for the species and grades as set out in the official grading
rules of the appropriate lumber association or as listed in. the refer-
ence specifications. Wherever this specification, notes on the
drawings, or truss engineering design call for lumber which exceeds the
minimum set forth therein, the specifications, drawings, or truss engi-
neering designs shall be applicable and information stated or indicated
in one shall be as applicable as if stated in all of them.
At the time of fabrication, the moisture content of all lumber shall be
within the proper limits as stated in the reference specifications.
All lumber shall conform to the species and fully recognized minimum
nominal sizes indicated on the drawings or truss engineering designs.
All members shall be cut from lumber which bear the proper grade -mark
stamps of a recognized grading association or licensed lumber inspection
agency. No lumber shall be used which does not conform to the proper
dimensions and grades.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 06190
(17578 ) -1-
3.02. Connectors. All truss and rafter connector plates which are
exposed to view shall be manufactured from ASTMIA36 plate steel of not
less than 0.25 inch thickness, shop primed and then finished with two
coats of flat black paint.. Bolted connections shall be ,made with a_
minimum of four 3I4 inch ASTMIA307 bolts and nuts with washers, painted
flat black. Retouch all pieces after assembly with flat black paint. .—
Decking shall be nailed to rafters.
All connectors and bolts shall comply with the Structural and Miscel-
laneous Metals Section.
Where field assembly of truss subcomponents is necessary, the connec-
tions shall be in accordance with the details indicated on the manufac-
turer's truss design drawings.
4. WOOD TREATMENT AND FINISH. The wood roof support system located
in the Laboratory Building shall be treated with "Pyro-Guard" Exterior
Fire-X and shall be finished with Cabot Stains Decking Stain in the
color 11443 Cape Cod Gray. The wood roof support system shall match
the similar systems in the Control Building (Contract 2) in color and
general appearance..
4.01. Fire Retardant. All lumber and plywood designated to be Exterior
Fire Retardant Treated shall be pressure impregnated with Exterior
Fire-X Fire Retardant and shall have a 25 or less flame spread when
tested in accordance with ASTM E-84 "Standard Method of Testing for
Surface Burning Characteristics", and shall have no increase in fire
hazard classification when extended from the standard duration of 10
minutes to 30 minutes after having been subjected to-ASTM D-2898
"Standard Method of Accelerated Weathering of Fire Retardant Treated --
Wood For Fire Testing." Each piece of treated lumber and plywood shall
bear the performance identification label or mark of Underwriters
Laboratories, Inc. All treated lumber shall be kiln -dried after
treatment to a moisture content of 19 percent or less, and treated
plywood shall be kiln -dried after treatment to a moisture content of 15
percent or less.
4.02. Staining. The surface or treated wood shall be scrubbed with a
bristle brush and freshwater to remove salts and other water soluble
water materials. The wood shall be allowed to absolutely dry before the
stain is applied. Wood surfaces clean of all dirt, mildew, loose wood
fibers and other foreign matter. Apply evenly with a brush, roller or
sprayerat recommended spreading rate. Brush out any excess that _
collects in the boards.
Avoid staining in direct sunlight or when the temperature is below 400F.
Drying time is 4 to 8 hours. Allow at least 12 hours between coats.
Two coats are recommended for maximum durability.
5. STRUCTURAL DESIGN. Truss designs shall includethe following
information: pitch, span, and dimensions; truss bearing sizes and
locations; design loading of truss and allowable stress increase; axial
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 06190
(17578 ) -2-
forces in each truss' -member; nominal sizes and location of connector
plates at all joints; size, species, and stress grade of lumber for all
truss members; camber; permanent lateral bracing as required by design
to reduce buckling length of individual truss members only; and handling
and erection recommendations. Truss connection designs shall avoid
eccentric connections where possible.
All truss designs shall bear the name and seal of a licensed profes-
sional engineer in the State of Texas.
Minimum Design Loads (including roof pitch)
Roof dead load
33 psf
Roof live load 22 psf
Snow loads need not be considered for design.
A minimum wind load of.33 psf shall be included separately or in .
conjunction with the gravity loads, whichever combination produces the
maximum stress condition.
In addition to the roof dead and live loads,.the wood trusses shall be
designed to support the dead load of the rafters which frame into them
from two sides. The rafters shall be designed as part of the roof
system. The minimum nominal dimensions and spacing shall be as shown on
the drawings (Laboratory Building).
The nominal sizes of all Douglas fir wood members shown on the drawings
are a minimum only. If necessary to meet the structural criteria_
stipulated, the sizes can be increased.
6. FABRICATION. All trusses and other roof structural components shall
be fabricated in a properly equipped manufacturing facility of a perma-
nent nature by a firm which has experience of successfully fabricating
cedar wood trusses similar to the type indicated on the drawings.- They
r^
shall be manufactured by experienced workmen, using precision cutting
i
and truss fabricating equipment, under the direct supervision of a
qualified foreman. All trusses shall be fabricated under strict rules
�-
of inspection and quality control as the local code may require and
R
shall be open to the inspection of the Engineer at all times.
All truss members shall be accurately cut to length and angle and be
true to line to assure tight joints for finished truss. Trusses shall
be set level, plumb, in correct locations, and secured to bolted metal
connectors. Fabricator shall retighten all wood truss connections six
months after fabrication.
t,
7. HANDLING, ERECTION, AND BRACING. Fabricated trusses and subcom-
ponents shall be handled and stored so that they are not subject to
damage. If the trusses are to be stockpiled prior to erection,
r
(LUBBOCK, TEXAS )
i
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 06190
?7
(17578 ) -3-
f
sufficient bearing points and bracing shall be provided to prevent
excessive lateral bending or .tipping.
Framing anchors and truss hangers -shall be provided in accordance with
the truss manufacturer's design drawings.
The Contractor shall be responsible for proper field erection of the
trusses, including items such as proper handling,, safetyprecautions,
temporary bracing to prevent toppling of the trusses during erection,
and any other safeguards or procedures consistent with good workmanship
and good building erection practices.
Proper erection bracing shall be installed to hold the trusses true and
plumb and in safe condition until permanent truss bracing and bridging
can be connected to form a structurally sound roof framing system. All
erection and permanent bracing shall be installed and all components
permanently fastened before the application of any loads.
The permanent roof deck and structural cross bracing to ensure the
overall rigidity of the roof system shall be in accordance with the
drawings.
During the entire construction period, all trades shall provide means
for adequate distribution of concentrated loads so that the carrying
capacity of any one truss and other component is not exceeded.
8. DRAWINGS AND DATA. Complete specifications, data and drawings
covering the truss framing plan, species and grade of lumber used;
nominal sizes, finish and locations of connectors at joints; bearing
and anchorage details; permanent bracing, bridging and lateral bracing
shall be submitted.
Engineering drawings conforming with the design load and deflection
criteria contained in these specifications and required shall be
submitted for approval before fabrication. The manufacturer's drawings
shall bear the seal of a Registered Professional Engineer in the State
of Texas. The manufacturer shall provide a letter of certification
stating that the trusses have been designed within the limits specified
and in accordance with all governing codes and ordinances.
Drawings and data shall be submitted in accordance with the procedures
set forth in the submittals section.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 06190
(17578 ) -4-
Section 06600 - FIBERGLASS REINFORCED PLASTIC FABRICATIONS
1. SCOPE. This section covers fiberglass reinforced plastic odor
control hoods.
2. GENERAL. The items furnished under this section shall be the
products of a manufacturer who has furnished items of;the type specified_
which have been in successful service for a substantial period.
3. BASIC MATERIALS.
Plastic Laminate
Tensile Strength at Break
Flexural Strength
Tangent Modulus of
Elasticity
Finished Thickness
Fasteners
Polyester or other suitable
plastic reinforced with fiber-
glass.
14,000 psi min, ASTM D638.
25,000 psi min, ASTM D790.
900,000 min, ASTM D790.
Within plus or minus 10 percent
of nominal.
18-8 stainless steel.
All surfaces of plastic laminate shall be sealed with resin layer at
least 5 mils thick. Field -cut surfaces shall be recoated with resin
obtained from the fabricator.
4. ODOR CONTROL HOODS. Odor control hoods shall be installed at the
existing primary clarifiers at Plants No. 2 and No. 3. The hoods shall
be IWFOH100 Odor Control Hood Gas Extraction System" as manufactured by
Warminster Fiberglass Company. No other manufacturer will be accept-
able. Odor hoods shall be provided over the effluent troughs to entrap
. noxious gases where effluent flows over the weirs.
�-- The covers shall be designed to support a uniformly applied load of 40
1 pounds per square foot on the walk-on surface and a 250 pound concen-
trated load. The hoods shall be flat walk-on type with no raised
surfaces. The launder cover and scum baffle shall be molded integral
and shall be one-piece molded construction. A separate baffle is not
acceptable. All attachment hardware shall be of type 316 stainless
steel. Gasketing shall be provided to ensure a gastight fit and be of
'i neoprene type. Field verification of dimensional requirements by manu-
1
facturer will be required prior to fabrication of the hoods.
Aluminum railing shall comply with the requirements of the structural
and miscellaneous metals section. The railing shall be provided by the
Contractor. The manufacturer shall be responsible for the complete
(LUBBOCK, TEXAS )
I (SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 06600
r" (17578 ) -1-
c
design, engineering, and function of the odor hoods system and coordi-
nation of handrail connections.
Four equally spaced openings shall be provided in the odor control hood
to release scum to the effluent launder trough. The openings shall be
covered by a FRP plate which can be opened vertically.
5. BASIN WEIR PLATES. Basin weir plates shall be molded style as
manufactured by F.B. Leopold. Basin weir plates shall be 1/4 inch thick
and shall be fabricated to the shape indicated on the drawings. The top
surface shall be molded to shape and the top edge of each plate shall be.
straight within 1/32 inch.
Each weir plate shall be designed so that at least 2 inches of
horizontal and vertical adjustment is provided. Facilities shall be
provided to accommodate expansion and contraction.
Surfaces in contact with concrete shall be given a heavy coating of
sealant before installation. Weir plates shall be adjusted after
installation to provide uniform overflow rate at all points.
6. DRAWINGS AND DATA. Complete drawings, details, and specifications
covering the fiberglass reinforced plastic fabrications shall be sub-
mitted in accordance with the submittals section.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION) -
(CONTRACT NO. 4 ) 06600
(17578 ) -2-
F
Section 06620 - PLASTIC SHEET LINER
1. SCOPE. This section covers premolded PVC plastic sheet liner for
use as the concrete protective liner at the locations indicated on the
drawings and specified herein.
2. GENERAL.
2.01. Acceptable ,Products. The plastic; liner shall be as manufactured
by Ameron "T-Lock Amer -Plate", Poly -Tee Incorporated "Poly -Tee PVC
Liner", or Serrot Corporation."SERROTLOCK".
2.02. Alternative Product. At the option of the Contractor, either
plastic sheet liner or elastomeric solventless polyurethane liner may be
used for the concrete protective liner at the locations indicated,
whichever is appropriate for the location. Elastomeric solventless
polyurethane liner is specified in the elastomeric solventless
polyurethane liner section.
2.03. Coordination. Work specified under this section shall be
coordinated with the sewer manholes, cast -in -place concrete, and
prestressed concrete cylinder pipe sections.
2.04. Shop Holiday Testing. Prior to preparing the sheets for
shipment, the sheets shall be tested for pinholes using an electrical
spark tester set at 20,000 volts minimum. Any holes shall be repaired
and retested.
2.05. Delivery, Storage, and Handling. The Contractor shall take all
reasonable precautions during the receipt, handling, and storage of the
liner to prevent scratching, denting, or puncturing the liner surface or
damaging the anchorage system. Sheets shall be stored in a flat
position. During cold weather, special precautions shall be made for
handling.
Any damage to the liner shall be repaired by the Contractor in
accordance with the liner manufacturer's instructions and
recommendations.
3. QUALITY ASSURANCE.
3.01. Applicators. The installation of the specified liner shall be
considered as highly specialized work, and personnel performing this
type of work shall be trained in methods of installation and shall
demonstrate their ability to the satisfaction of the Engineer.
3.02. Qualification of Welders. Each welder shall prequalify by
successfully passing a welding test before doing any welding.
Requalification may be required at any time deemed necessary by the
Engineer. All test welds shall be made in the presence of the Engineer
and shall consist of the following:
(LUBBOCK, TEXAS )
t (SEWRP IMPROVEMENTS 8 EXPANSION)
(CONTRACT NO. 4 ) 06620
r� (17578 ) -1 py
f
Two pieces of liner, at least 15 inches long and 9 inches wide,
shall be lapped 1-1/2 inches and held in a vertical position. A
welding strip shall be positioned over the edge of the lap and _
welded to both pieces of liner plate. Each end of the welding
strip shall extend at least 2 inches beyond the liner plate to
provide tabs.
The weld specimen will be tested by the Engineer as follows:
Each welding strip tab, tested separately, shall be subjected to a
10-pound pull normal to the face of the liner with the liner being
held firmly in place. There shall be no separation between the
welding strip and liner when the welding tabs are submitted to the
test pulls
The test specimens shall be cut from the welded sample and tested
in tension across the welds. If none of these specimens fail when
tested, the weld will be considered as satisfactory in tension.
If one of the specimens fails to pass.the tension test, a retest ,
will be permitted. The retest shall consist of testing 3 addi-
tional specimens cut from the original welded sample. If all 3 of
the retest specimens pass the test, the weld will be considered
satisfactory.
A disqualified welder may submit a new welding sample when, in the
opinion of the Engineer, he has had sufficient off -the -job training or
experience to warrant re-examination.
4. MATERIALS..:
Plastic Lining
Flexible PVC sheet, capable of with-
standing a back pressure of 40 psi .—
applied to the under surface of the
lining without causing anchorage failure
and without sheet rupture. The liner _
shall be white in color. At least 0.065
inch thick with internally molded rib on
one side of the sheet.
Joint Corner
As recommended by the lining manufac-
Strips, Angles, and
turer and designed for joining sheets
Sheets
of membrane at joints, corners, and ..
penetrations, respectively.
Welding Strips
As recommended by the lining manufacturer
and designed to joint sections of lining
by 'meansof hot air welding for PVC.
Solvent welding or adhesive bonding will
not be allowed. —
(LUBBOCK, TEXAS ) ~
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 06620
(17578 ) -2-
r
t
r-
t
Adhesive, Primer,As recommended by the lining
and Tape manufacturer.
5. INSTALLATION. Preparation of concrete forms and liner shall be done
in accordance with the manufacturer's recommendations. Plastic liner
shall be installed in accordance with the manufacturer's recommendations
and the requirements set forth herein. All work for and in connection
with the installation of plastic sheet liner, the preparation of
surfaces, and the sealing and welding of joints shall be performed by
the manufacturer of the liner or by a firm or individual who is
authorized by and recommended to the Owner and the Engineer in writing
by the manufacturer.
5.01. Walls. Liner sheets for wall linings shall be set and properly
secured to the concrete contact faces of the forms which form the
surfaces to be lined. The sheets shall be placed with the smooth face
next to the form and the line of tees or anchoring devices on the back
side of the sheets vertical in the walls. The sheets shall be
overlapped or butt jointed without more than 1/8 inch opening in any
joint between adjacent sheets and the sheets held in place with small -
headed finishing nails placed within 1/4 inch of the edge of the sheets.
After all sheets are in place on the form being lined, the joints
between sheets shall be sealed on the back side with a 1 inch wide
welding strip or other means acceptable to the Engineer shall be used to
prevent concrete from flowing around edges. A termination strip shall
be provided at the intersection of the walls and slab.
Where possible, the form to be lined shall be set in place, the lining
attached, and all lining joints covered before the reinforcing steel is
installed. The outer form shall then be set in place and the form ties
installed through the liner in the normal manner. The number of form
ties used shall be held to the minimum.
The lining installation and sealing shall provide a continuous plastic
lining and prevent entrance of concrete or mortar between the lining and
the form.
Forms shall be removed in a careful manner after the concrete has
attained sufficient strength and has been properly cured. Finishing
nails used to hold the liners in place on the forms may pull out with
the forms but if not, shall be removed afterwards.
After the forms have been removed, the exposed butt joints: in the liner,
including nail and form tie holes, shall be sealed with welding strip
heat -welded over the areas involved. Sealing shall provide a continuous
plastic lining.
5.02. Ceilings.. Liner sheets for ceiling surfaces shall be set,
properly secured, and joints sealed in accordance with the requirements
specified for wall surfaces. Care shall be taken to form and securely
seal the corners formed between the wall and ceiling sheets.
(LUBBOCK, TEXAS
(SEWRP IMPROVEMENTS
(CONTRACT NO. 4
(17578
)
& EXPANSION)
06620
-3-
5.03. Wrapping. Underneath slabs or along walls where an opening, such
as an access opening, is indicated on the drawings, the liner shall be
wrapped or placed along the opening ledge or exposed vertical section of _
concrete.
5.04. Application to Prestressed Concrete Cylinder Pipe. Lining of
prestressed concrete cylinder pipe shall be done in accordance with the
liner manufacturer's instructions and recommendations. Lining of pipe
shall be done at the pipe manufacturer's facility by the liner
manufacturer or individuals who are authorized by and recommended to the
Owner and Engineer in writing by the lining manufacturer.
The lining shall be set flush with the inner edge of the bell or spigot
end of a pipe section and shall extend to the opposite end or to
approximately 4 inches beyond the opposite end depending upon the type
of lining joint to be made with the adjoining pipe.
Wherever pipe or cast -in -place structures protected with lining join
structures not so lined, the lining shall be extended over and around
the end of the pipe and back into the structure for not less than 4
inches. This protecting cap may be molded or fabricated from the lining
material but need not be locked into the pipe.
Where a pipe lateral (not of plastic lined concrete) is installed
through lined concrete pipe, the seal between the lined portion and the
lateral shall be made by the method prescribed for cast -in -place
structures.
No pipe with damaged lining will be accepted until and unless the damage
has been repaired to the satisfaction of the Engineer.
5.05. Field Joints in Lining for Prestressed Concrete Cylinder Pipe.
All mortar and other foreign material shall be removed from lining
surfaces adjacent to the pipe joint, leaving them clean and dry.
Field joints in the lining it pipe joints may be either of the following
described types:
a.The joint shall be made with a separate 4-inch welding strip.
The 4-inch welding strip shall be centered over -the joint,
tack -welded to the lining, then welded along each edge to
adjacent liner sheets. The width of the space between
adjacent sheets shall not exceed 1 inch. The 4-inch joint
strip shall lap over each sheet a minimum of 1 inch.
b. The joint shall be made with a joint flap with locking
extensions removed and extending approximately 4 inches
beyond the pipe end. The joint flap shall overlap the lining
in the adjacent pipe section a minimum of l inch and shall be
tack -welded in place prior .to welding. The field joint shall.
be completed by welding the flap to the lining of the
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 06620
(17578 ) -4- `"
adjacent pipe using a 1 inch weld strip. Care shall be taken
to protect the flap from damage. Excessive tension and
distortion in bending back the flap to expose the pipe joint
during laying and joint mortaring shall be avoided. At
temperatures below 50 F, heating of the liner may be required
to avoid damage.
The joint flap or strip on beveled pipe shall be trimmed to a width
(measured from the end of the spigot) of approximately 4 inches for the
entire circumferential length of the lining.
All welding of joints shall fuse both sheets and weld strip together to
provide a -continuous joint equal in corrosion resistance and
impermeability to the liner plate.
6. FIELD UQ ALITY CONTROL. The surface of the liner shall be cleaned as
required to permit visual inspection and spark testing.
After liners are installed in structures and after a lined pipe is
installed and backfilled, all surfaces covered with lining, including
welds, shall be tested at the expense of the Contractor, with an
acceptable electrical spark tester with the instrument set at 20,000
volts.
All welds shall be physically tested by a nondestructive probing method.
All patches over holes, or repairs to the liner wherever damage has
occurred, shall be made as specified herein.
At least 25 percent of the transverse welding strips which extend to a
lower edge of the liner shall be tested. The welding strips shall
extend 2 inches below the liner to provide a tab. A 10-pound pull shall
be applied to each tab. The force shall be applied normal to the face
of the structure by means of a spring balance. Liner adjoining the
welding strip shall be held against the concrete during application of
the force. The 10-pound pull shall be maintained if a weld failure
develops, until no further separation occurs. Defective welds shall be
retested after repairs have been made. Tabs shall be neatly trimmed
away after the welding strip has passed inspection. Inspection shall be
made within 2 days after joint has been completed in order to prevent
tearing the projecting weld strip and consequent damage to the liner
from equipment and materials used in or taken through the Work.
7. PROTECTION. All necessary measures and precautions shall be taken
to prevent damage to liner plate from equipment and materials used in,
or taken through the Work. Any damagetothe installed liner shall be
repaired by the Contractor in accordance with the liner manufacturer's
instructions and recommendations.
All holes and all cut, torn, and seriously abraded areas in the lining
f-^ shall be patched. Patches made entirely with welding strip shall be
j fused to the liner over the entire patch. The use of this method is
limited to patches which can be made with a single welding, strip. The
�!^ (LUBBOCK, TEXAS )
t (SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 06620
(17578 ) -5-
use of parallel, overlapping, or adjoining welding strips will not be
permitted. Patches over grout holes and larger areas may consist of
smooth liner over the damaged area with edges covered with welding
strips fused to the patch and to the liner adjoining the damaged area.
The size of a single patch of the latter type shall be limited to its
width, which shall not exceed 4 inches.
Wherever the liner is not properly anchored to concrete, or wherever
patches larger than those permitted above are necessary,,the repair of
the liner and the restoration of anchorage shall be as recommended by
the manufacturer and shall be acceptable to the Engineer.
8. INSTALLATION SCHEDULE. Concrete protective liner shall be installed
on the following concrete surfaces:
Location
Plant No. 2 Influent
(30-inch diameter)
Plant No. 3 Influent
(30-inch diameter)
Plant No. 2 Primary Clarifier
Effluent (30- and 36-inch
diameter)
Scum Storage Manholes
Surface to be Covered
Top 270 degrees of
pipe.
Top 270 degrees of
pipe.
Top 270 degrees of
pipe.
From above concrete
aprons to below man-
hole frames.
Primary Distribution Structure at As indicated on the
Plant No. 2 drawings.
Bio-Tower Filter Influent/ As indicated on the
Recirculation Pumping Station Wetwell drawings.
9. DRAWINGS AND DATA. Drawings shall be submitted showing a complete
layout indicating the limits of work and details of materials of
construction and installation. The manufacturer shall provide site -
specific detailed drawings of all areas of special construction
including, but not necessarily limited to, corners, pipe penetrations,
pipe joints, manhole connections, sluice gates, slide gates, concrete
benching, termination strips, construction joints, and any other
miscellaneous penetrations. The drawings shall show the limits and
locations of all these special construction areas.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 06620
(17578 ) -6-
7160 - Section 0 BITUMINOUS DAMPPROOFING
1. SCOPE. This section covers paint -type dampproofing of concrete.
2. MATERIALS. Materials to be used shall be as follows:
Coal Tar Coating Kop Coat "Bitumastic Super Service
Black", Polyguard "CA-14 Coating", or
Tnemec "46-449 Heavy Duty Black".
3. SURFACES TO BE DAMPPROOFED. Exterior wall surfaces which are poured
against sheeting or undisturbed earth or are protected with protective
concrete lining need not be dampproofed. The following concrete
surfaces shall be dampproofed:
a. All exterior concrete wall surfaces forming a part of an
interior room or dry pit which will be in contact with earth
backfill below finished grade and above the top of the
footings or bottom slabs.
b. All walls in contact with liquid where the opposite face is
above grade or exposed in an interior room.
4. SURFACE PREPARATION. When dampproofing is applied, concrete
surfaces shall be clean and dry. All dirt, dust, sand, grit, mud, oil,
grease, and other foreign matter shall be removed and the surface pre-
pared as recommended by the manufacturer of the dampproofing material.
Oil and grease shall be removed by use of solvents before mechanical
cleaning is started.
5. APPLICATION. Dampproofing materials shall not be thinned unless
recommended by the manufacturer. Coal tar coating shall be applied in
at least two coats, with a total dry film thickness of at least 20 mils.
Surfaces not intended to be dampproofed shall be adequately protected
from contamination, discoloration, or other damage. Surfaces shall be
masked as necessary to protect uncoated areas and to terminate damp -
proofing at the intended limits.
Dampproofing shall be applied by high pile rollers or spray equipment
complying with the manufacturer's recommendations. In the event of
blistering of the first coat or coats, all blisters larger than one -
quarter inch diameter shall be broken before the subsequent coat is
applied.
} Surfaces shall be dry and at recommended temperature when dampproofing
r is applied. Unless properly protected, coatings shall not be applied in
wet, damp, or foggy weather or when windblown dust, dirt, or debris, or
f-- insects will collect on the coating. Dampproofing shall not be applied
when the temperature of the air or the surface is below 50 F.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 07160
(17578 ) -1-
r"
FSection 07240 - EXTERIOR FINISH SYSTEM
1. SCOPE. This section covers, the Exterior Finish System including
steel studs, all necessary accessories, and exterior type gypsum
sheathing.
2. GENERAL. The Exterior Finish System shall be provided and installed
as indicated on the drawings and as specified herein. The Exterior
Finish System shall match the Administration Building currently being
constructed, in every way including color and texture.
To indicate type and quality required, this specification is based on
"Dryvit Ultralation" system as manufactured by Dryvit System.
Incorporated. Equivalent Exterior Finish Systems such as Senerthik as
manufactured by Senergy, Inc. may be acceptable provided all require-
i
ments of this specification are met.
3. SURFACES TO BE COVERED. The following surfaces shall be covered
with the exterior finish system with 1-1/Z.inch thick insulation:
1. All exterior wall surfaces of the Laboratory.
The following surfaces shall be covered with the exterior finish system
with 3/4 inch insulation.
1. Accent wall panels above windows.
2. Other locations as indicated on the drawings.
The following surfaces shall be covered with exterior finish system base
coat and finish coat on 5/8 inch gypsum board:
1. Interior wall surfaces of the Laboratory vestibule scheduled
to be exterior finish system.
4. MATERIALS. Materials for the system shall be field applied and
shall be as follows:
Sheet Metal Studs
Slide Clip
Gypsum Sheathing
r (LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 07240
(17578 ) -1-
{
f
ASTM A446; Grade D, galvanized
steel, 16 gauge, 12 inch deep
(or as indicated on the
drawings) by 2 inch flange
sheet metal studs, complete
with top and bottom tracks and
bridging.
Dale/Incor VCS II, 12 ga.
ASTM C79, Type X, fire -rated;
5/8 inch thick.
Exterior Finish System
Insulation Board
Expanded polystyrene, 1.0
-
pounds per cubic foot, Fed Spec
HH-I-524C, Type I, and made by
manufacturer approved by Dryvit
System, Inc. Flame spread and
smoke development shall not
exceed 25 and 450, respec- —
tively, when tested according
to ASTM E84; thickness and
profile shapes as indicated on
the drawings. ---
Standard Reinforcing Mesh
A treated balanced open weave,
glass fiber type as manufac-
tured by Dryvit System,
Incorporated.
Fasteners
As recommended by the manufac-
turer.
Trim
As recommended by the manufac-
turer.
Base Coat
A coat of Starter mixture built
from 1/4 inch to 3/8 inch
thick. Applied as recommended
by Dryvit.
Finish Coat
A finish coat in Freestyle
texture. Minimum`1/16 inch,
maximum 1/4 inch thick.
Pattern similar to Figure 12 in
Dryvit publication DS114.
Applied as recommended by the —
manufacturer.
Caulking
Urethane two component sealant
_
and primer as recommended by
the system manufacturer.
Tremco "Dymeric" or Pecora
"Dynatrol II". �-
Backup Material
Polyethylene or polyurethane
foam as recommended by sealant
and system manufacturer.
Water
Clear and potable.
Portland Cement
ASTM C150, Type I.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 07240
(17578 ) -2
F
I
5. DELIVERY, STORAGE, AND HANDLING. All materials supplied by the
Exterior Finish System manufacturer shall be delivered to the site in
the original, unopened packages with labels intact and legible. On
arrival, materials shall be inspected for damage, particularly for
freezing.
All materials supplied by the Exterior Finish System manufacturer shall
be stored in a cool, dry location, out of sunlight and protected from
weather and damage. All materials shall be stored in a dry location and
protected from weather.
6. QUALITY ASSURANCE.
6.01. The Manufacturer. The manufacturer shall have marketed its
exterior finish system in the United States for at least five years, and
shall have completed projects of the same building type, size, and sub-
strate as this project.
Copies of the selected test reports by independent laboratories veri-
fying the performance of the exterior finish system shall be submitted
to the Engineer when requested.
6.02. The Applicator. The applicator shall have been trained by the
manufacturer of the system specified herein, and shall be currently
approved by the said manufacturer for installation of the specified
exterior insulation and finish system.
The applicator of the system shall submit a copy of his current certifi-
cate of approval by the manufacturer of the exterior insulation and
finish system.
6.03. Approvals, Listings, and Classifications. The covering of the
exterior finish system shall be classified by UL and listed in the UL
Building Material Directory as having a flame spread of less than 25.
The Exterior Finish System.shall be approved by Factory Mutual Research
Corporation as Class 1, as described in the latest edition of the
Factory Mutual Approval Guide.
The exterior insulation and finish system shall have been approved by
I.C.B.O. for use by the Uniform Building Code.
r 7. SUBMITTALS. Samples showing the proposed colors and textures shall
i be submitted to the Engineer. Following approval by the Engineer, a
sample panel 4'-0" by 4'-0" of the complete exterior finish system shall
,., be constructed for approval by the Engineer. The sample panel shall
j indicate the finish and texture selected by the Engineer. The panel
{ shall be prepared using the same tools and techniques proposed for the
actual installation. The panel shall be rebuilt as many times as
necessary for the Engineers approval. After approval, the sample panel
shall be the standard of 'quality for the Exterior Finish System work.
�. (LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
' (CONTRACT NO. 4 ) 07240
(17578 ) -3-
8. INSTALLATION. The exterior
shall be the approved substrates
system and shall be free of oil,
frost, and foreign materials.
sheathing or the existing masonry walls
for the exterior insulation and finish
dust, dirt, paint, wax, moisture,
The insulation boards shall be applied to the substrate as recommended
by the manufacturer of the system, starting from the bottom, with long
length horizontal, and with joints offset from the substrate joints.
Board shall be applied in a running bond pattern, using the fasteners
recommended by the manufacturer of the system. Insulation boards shall
not be disturbed nor the substrate flexed during the 24 hour curing
period required fora positive bond.
The base coat shall be applied in strict conformance with the manufac-
turer's recommendations and shall consist of 1/4 inch to 3/8 inch
uniform thickness starter of mixture with standard reinforcing mesh
embedded therein. The standard reinforcing mesh shall be applied in
accordance with the manufacturer's recommendations. The mixture shall
be troweled with a stainless steel trowel until the reinforcing mesh is
fully embedded and not visible on the surface. The base coat shall be
protected from damage and weather during the 24 hour curing period.
Installation of the base coat at ends of walls, panel edges, windows,
and corners shall be in accordance with the system manufacturer's latest
installation instructions.
Application of the exterior finish coat shall also conform to the system
manufacturer's instructions. Finish shall be applied continuously and
in one operation within a designated wall area. Finish texture shall be
similar to Freestyle finish.
The finish coating shall present uniform color and texture, free of
streaking, blotching, echoing of insulation joints beneath,, bleaching or
visual lapping of finish application.
The finish coating shall be removed and reapplied to correct any visual
deficiencies. Application of paint or stain to cover visual deficien-
cies will not be acceptable.
Joints and spaces to be caulked shall be examined. Surfaces to be
caulked shall be clean, dry, and dust -free. Joints shall be approxi-
mately 1/2 their width in depth when ready for caulking with minimum
depth of 1/4 inch and maximum depth of 1/2 inch. Width of joints shall
be as detailed on the drawings.
Surfaces shall be primed and materials installed in strict accordance
with manufacturer's written directions. Backing rods shall be compres-
sion fit. The bottom of the joint shall be gun caulked upwards to
prevent air bubbles from forming below the surface.
Sealants and caulking compounds shall be cured in compliance with
manufacturer's instructions and recommendations.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 07240
(17578 ) -4-
9. WARRANTY. A three-year limited warranty for materials shall be
furnished by the manufacturer of the exterior insulation and finish
system.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 07240
(17578 ) -5-
FSection 07320 - MISSION ROOFING TILE
t 1. SCOPE. This section covers the mission roofing tiles for the roof
of the Laboratory. The tile shall match the tile on the Administration
Building (currently under construction) in size, color, and texture.
t
2. TILES. To indicate general type, quality, and size, the tiles shall
be similar to MCA "Straight Barrel Mission" tile as manufactured by
Maruhachi Ceramics of America, Inc. The tile shall be 19 inches long by
10 inches wide. The tile shall be Monaco blend in color.
3. INSTALLATION. The tile shall be installed in strict accordance with
manufacturer's recommendations.
3.01. Felt. The roof shall be covered with two layers of asphalt
impregnated roofing felt weighing not less than 40 lbs. per 100 square
feet each layer, tripled at hips. Fasten all edges with large headed
galvanized nails on 6 inch centers.
3.02. Stainless Steel Gutters. Install stainless steel gutters as
indicated on the drawings and as required for coordination with tile.
3.03. Laying Tile. The tile pans shall be layed at regular exposure
with 3 inch lap and covers at random exposure to avoid horizontal and
diagonal lines. Tiles shall be installed on 2 by 3 nailers using stain-
less steel nails. A clay birdstop shall be installed at each eave tile.
3.04. Mortar. All laps of the random pattern shall be layed on mortar
with some of the mortar mix left exposed after the tile has been layed.
Mortar shall be 1 part portland cement mortar and 4 parts sand, and
color shall be natural mortar gray.
4. DATA AND SAMPLES. Data and samples shall be submitted to establish
compliance with the specifications, and the color and texture selection.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 07320
(17578 ) -1-
t:
r
FSection 07531 - SINGLE -PLY ROOFING, MECHANICALLY FASTENED
1. SCOPE. This section 'covers a mechanically fastened, single -ply
membrane roof system complete with adhesives, fasteners, flashings,
insulation, and accessories. The roof system shall meet UL Class A
rating and FM I-90 wind uplift classification.
Elastomeric deck covering is covered in another section.
2. GENERAL. Except as otherwise indicated, all roof decks shall be
covered with insulated, single -ply membrane roofing. The roofing shall
provide a watertight roof under all conditions of weather and service
except physical damage due to unforeseen causes.
3. SUBCONTRACTOR'S OUALIFICATIONS. Work under this section shall be
done by a qualified roofing subcontractor who has been in business for
not less than 5 years. The roofing subcontractor shall be currently
operating under the franchise of the roofing membrane manufacturer. The
work shall be inspected by a representative.of the manufacturer of the
roofing membrane to ensure that materials and methods of application are
in accordance with the recommendations of the manufacturer and these
specifications.
4. MATERIALS. Unless noted otherwise, all materials used in construc-
tion of the roof membrane shall be
Materials shall be manufactured by
furnished by the same manufacturer.
firms of national reputation.
In order
to indicate type, quality,
and features required, this speci-
fication
is based on Carlisle black
"Sure -Seal" mechanically fastened
system.
Equivalent roofing systems
manufactured by Firestone or
Goodyear
may also be acceptable.
F
Materials shall conform to the following:
Vapor Retarder No. 15 asphalt saturated organic
felt, ASTM D226, Type I,
perforated.
Steep Asphalt ASTM D312, Type III.
Roofing Membrane FR-EPDM reinforced compounded
elastomer; min 0.045 inch thick.
Flashing Material Form flash membrane, 0.060 inch
thick.
Hard rubber edging As recommended by roofing
membrane manufacturer.
Bonding Adhesive As recommended by roofing
membrane manufacturer.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION )
(CONTRACT NO. 4 )' 07531
(17578 ) -1-
Splicing Cement
Lap Sealant
In -Seam Sealant
Rubber Nailing Strips
and Fasteners
Seam Fastening Plate
Molded Pipe Flashing
PourableSealer
Water Cutoff Mastic
Night Sealant
Insulation, Bottom Layer
Insulation, Top Layer
Cricket System
Cover Board
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION )
(CONTRACT NO. 4 )
(17578 )
As recommended by roofing
membrane manufacturer.
As recommended by roofing
membrane manufacturer.,
As recommended by roofing
membrane manufacturer.
Membrane manufacturer's
standard.
Membrane manufacturer's
standard.,_
Membrane manufacturer's
standard.
Membrane manufacturer's
standard.
Membrane manufacturer's
standard.
Membrane manufacturer's
standard.
Polyisocyanurate foam faced both
sides with glass fiber felts;
Fed Spec HH-I-1972/2, Class I;
one inch min thickness; Celotex
"Celo-Foam Ultra" or Manville
"U1traGard Gold".
Extruded polystyrene, ASTM C578,
Type VI, 40 psi min compressive
strength; Dow Chemical
"Styrofoam SM" or UC Industries
Foamular 4000, with factory
tapered sections to provide roof
slopes of 1/4 inch per foot; not
less than 1/2 inch thick at any
point.
Extruded polystyrene, ASTM C578,
Type VI, 40 psi min compressive
strength; manufacturer's
standard cricket system.
High density fiberboard, Fed
Spec LLL-I-535; 1/2 inch thick.
07531
-2-
1
Roof Walkways ■ Sure -Seal■ walkway pads,
30 inches by 30 inches by
3/8 inch thick; as manufactured
by Carlisle.
Mechanical Fasteners Factory Mutual approved for roof
insulation used.
Unless otherwise specified, gravel stops, cap and counterflashings, and
similar metal items are covered in the sheet metal section.
5. PRODUCT DELIVERY, STORAGE, AND HANDLING. Materials shall be
delivered in original, unopened containers labeled with the manufac-
turer's name, brand name', installation instructions, and identification
of various items. All materials for the roofing system shall be stored
and handled in accordance with the recommendations of the manufacturer.
6. PREPARATION OF ROOF SURFACES. Roof surfaces shall be cleaned and
inspected before any roofing materials are applied. All drainage fix-
tures shall be set at the proper elevation to permit free flow of water.
The roof surfaces to be covered shall be smooth, hard, dry, and free
from high spots and depressions, frost, or effects of frost. Roof
I urfaces shall be swept clean and free from dust, loosened cement scale,
and debris. Roof surfaces shall be examined for openings, holes, or
crevices which might allow asphalt, adhesives, or sealants to drip or
flow through the deck or between the deck and vertical projections.
Such openings shall be filled or covered before any roofing materials
are applied.
7. APPLICATION OF ROOFING.
7.01. Nailers. Nailers shall be as specified in the carpentry section.
Nailers shall be secured as required by the roofing membrane manufac-
turer and as required by FM Bulletin 1-49. Wood nailers shall be
installed at the locations specified herein as indicated on the
drawings, and as recommended by the membrane manufacturer.
7.02. Vapor Retarder. The entire surface of the bottom layer of
insulation installed over metal roof decks shall be covered with two
plies of No. 15 felt to serve as a vapor retarder. All plies shall be
lapped 19 inches and shall be embedded in and coated with steep asphalt.
All end laps shall be at least 6 inches, with all laps thoroughly
sealed. The vapor retarder shall be flashed to prevent moisture entry
at all penetrations, curbs, and parapets. Pitch dams shall be provided
at all vents and sleeves.
The vapor retarder shall not be used as a temporary roof.
r 7.03. Insulation. All insulation shall be dry when installed. No more
insulation shall be installed than can be covered with roofing membrane
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION )
(CONTRACT NO. 4 ) 07531
(17578 ) -3-
before the end of the day's work or before the onset of inclement
weather.
The two -layer insulation system shall consist of a bottom layer of
polyisocyanurate foam and a top layer of tapered extruded polystyrene.
Insulation boards shall be.laid with joints staggered between parallel
courses and between layers. Abutting edges of boards shall be laid in
moderate contact, not forced into place. At vertical surfaces,
insulation shall be cut neatly to provide a clearance of not more than
1/4 inch.
Insulation boards shall be laid in position in accordance with the
manufacturer's layout, providing roof slopes of 1/4 inch per foot and
drainage patterns as indicated on the drawings. The installed thickness
of insulation shall be at least one and one half inches at all points.
Crickets to provide positive roof drainage shall be installed as indi-
cated on the drawings.
Cover boards shall be installed over all extruded polystyrene insulation
as recommended by the roofing membrane manufacturer.
The insulation shall be anchored to the metal roof deck with mechanical
fasteners in accordance with FM Bulletin 1-28 and the FM Approval Guide.
Installation of the mechanical fasteners shall be in accordance with the
manufacturer's recommendations.
The insulation shall be anchored to the concrete roof deck with mechani-
cal fasteners as recommended by the roofing membrane manufacturer.
7.04. Membrane. The roofing membrane shall be positioned over the
installed insulation without stretching. Membrane shall be allowed to
relax for approximately 1/2 hour prior to attachment.
The outside edge of the top sheet shall be folded back approximately
12 inches to allow splicing of sheets as recommended by the membrane
manufacturer.
Seam fastening plates shall be installed in accordance with the layout
drawings approved by the membrane manufacturer. Plates shall be
installed using the fasteners approved for the substrate.
Adjoining sheets shall be applied in the same manner, lapping edges a
minimum of b inches. Splicing of sheets shall be done in accordance
with the roofing membrane manufacturer's recommendations.
At the end of each day or when application of roofing is interrupted,
temporary water cutoffs shall be installed at loose edges as recommended
by the membrane manufacturer. When work is resumed, the sheet shall be
pulled free and trimmed to remove membrane where sealant was previously
applied.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION )
(CONTRACT NO. 4 ) 07531
(17578 ) -4-
F
F
7.05. Perimeter.Membrane Securement. Sheets shall be mechanically
fastened at the perimeter of each roof level, roof section, curb,
skylight, .expansion joint, penthouse, and parapet wall by means of
rubber fastening strips. The fastening strips shall be mechanically
fastened through the membrane and insulation into the wood blocking or
structural substrate as recommended by the membrane manufacturer.
7.06. Hard Rubber Edging. Roofing membrane shall be installed over the
perimeter wood nailer to the outside face of the building, turned down,
and extended below and secured to the wood nailer. Hard rubber edgings
shall be installed and secured through the membrane as recommended by
the roofing membrane manufacturer.
7.07. Flashing. Perimeter, wall, roof edge, parapet, and curb
flashings shall be provided and installed as recommended by the membrane
manufacturer. The splices between the flashing and the membrane roof
sheet shall be sealed with lap sealant before flashing is bonded to the
vertical surfaces with bonding adhesive. All pipe, conduit, or other
roof penetrations shall be flashed with molded pipe flashings and the
manufacturer's recommended water cutoff mastic.
7.08. Roof Drains. Insulation shall be tapered around roof drains to
provide a smooth transition from the roof surface to the drain. Roofing
membrane shall be extended over the lip and down inside the drain and
secured with the clamping ring. Seals between the roofing membrane and
the drains shall be made with water cutoff mastic as recommended by the
membrane manufacturer.
7.09. Walkways. Roof walkways shall be installed where indicated on
the drawings and in accordance with the membrane manufacturer's
instructions.
8. INSPECTION. The roofing membrane manufacturer's representative and
the roofing subcontractor shall conduct all required inspections and
submit all required drawings, details, and completed questionnaires to
the roofing manufacturer for obtaining the specified warranty.
9. ROOFING PERFORMANCE. The manufacturer of the roofing membrane
materials shall furnish to the Owner, through the roofing subcontractor,
a warranty covering the workmanship and application of the roofing
membrane for a period of 10 years from date of acceptance. The warranty
shall provide for the repair of all leaks in the membrane and base
flashings that may occur due to defective materials, improper workman-
ship, and normal weather conditions. The manufacturer shall also
provide a separate material warranty covering the membrane, guaranteeing
for not less than 20 years against premature deterioration of the
membrane because of weathering.
10. DRAWINGS AND DATA. Complete specifications and data covering the
materials furnished under this section shall be submitted in accordance
with the submittals section.
r" (LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION )
(CONTRACT NO. 4 ) ,07531
(17578 ) -5-
i
Drawings shall be submitted showing outline.of roof area and roof size,
location and types of roof penetrations, perimeter and penetration
details, splice details, special details as required; and installation
instructions.
Drawings shall be submitted showing the insulation manufacturer's
recommended layout for each area of tapered insulation indicated on the
drawings.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION )
(CONTRACT NO. 4 ) 07531
(17578 ) -6-
F
r
r
I
1
I
Section 07540-.ELASTOMERIC DECK COVERINGS -
1. SCOPE. This section covers cold -applied liquid elastomeric coatings
for walk decks.
2. MATERIALS. All materials shall be the product of a single firm
having national distribution and reputation. Materials shall conform to
the following:
Elastomeric Coating Systems
For Walk Decks Neogard "Peda-Gard II" or 3M
"Scotch -Clad P".
Flashing Material Woven glass cloth tape or neo-
prene sheet as recommended by
the coating manufacturer.
Granules Silica or other material recom-
mended by the coating manufac-
turer to provide a skid -
resistant surface for foot
traffic.
3. COLOR. Color of the walk deck coatings shall be as selected by the
Engineer from the manufacturer's standard color samples.
4. SURFACES TO BE COVERED. The following surfaces shall be covered
with elastomeric coatings:
Walk Deck Coating:
Pumping Station Complex at Plant No. 2
Effluent Pumping Station No. 2
The Sample Room in the Laboratory
The Vestibule in the Laboratory
The Mechanical/Utility Room in the Laboratory
The Electrical and Phone Equipment Room in the Laboratory
The General Storage Room in the Laboratory
The Chemical Storage Room in the Laboratory
5. SURFACE PREPARATION. Surfaces to be covered shall be clean and dry.
All dirt, grit, oil, and other foreign matter shall be removed and the
surface treated as recommended by the coating manufacturer. Adjacent
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 07540
(17578 ) -1-
surfaces shall be protected against damage by use of suitable drop
cloths and masking.
6. APPLICATION. Elastomeric coatings shall not be applied in wet
weather or on damp or frozen surfaces. The coatings shall be applied
in accordance with the recommendations of the manufacturer by workmen
skilled in the application of these materials. The rate of application
and the film thickness of each coat shall be in accordance with the
manufacturer's recommendations.
Flashing material at least 4 inches wide shall be applied after the
primer coat on construction joints, caulked joints, and cracks. Except
at the Laboratory Sample Room, flashing material shall also be applied
to edges, corners, and intersections with vertical walls, and shall
extend at least 4 inches onto each horizontal and vertical surface.
All coatings shall cover the entire surface of designated areas, termi-
nating at adjacent vertical surfaces, unless otherwise specified or
indicated on the drawings.
Flashing for projections through decks shall be installed in accordance
with the details indicated on the drawings and the manufacturer's
recommendations.
7. TESTING. To verify compliance with the thickness requirements, the
Engineer may, at his discretion, require that two 6 inch square samples
of the completed coating be stripped at each location where elastomeric
coatings have been applied. After samples have been taken, the Contrac-
tor shall repair the coating with the same materials that were used in
the original application.
Testing shall be done by an independent laboratory at the expense of the
Contractor. If test sample examination reveals faulty construction or
insufficient quantity of materials, additional materials shall be fur-
nished and applied and other corrective measures taken by the Contractor
as directed by a representative of the coating material manufacturer at
no additional cost to the Owner. Additional test cuts shall then be
made if requested by the Engineer.
8. GUARANTEE. The applicator and the manufacturer of the elastomeric —
deck coverings shall jointly guarantee the coverings for a period of
3 years. Any defect in the covering during that time (except defects
resulting from structural defects in the underlying deck, physical —
damage to the covering, or other damage due to no fault of the covering
applicator or manufacturer) shall be repaired at no cost to the Owner.
9. SUBMITTAL DATA. Complete specifications and data covering the
materials furnished under this section and the manufacturer's recom-
mendations for surface preparation, methods and rates of application,
and film thicknesses shall be submitted in accordance with the
submittals section.
(LUBBOCK, TEXAS }
(SEWRP IMPROVEMENTS & EXPANSION).
(CONTRACT NO. 4 } 07540
(17578 ) -2
r
Section 07600 - SHEET METAL
1. SCOPE. This section covers sheet metal for fleshings and moisture
protection. The following sheet metal items are covered in other
sections:
a. Ductwork, louvers, and other sheet metal for the heating,
ventilating, and air conditioning system.
b. Metal curbs for skylights and power roof ventilators.
C. Skylights.
d. Fire extinguisher.
e. Roof scuttle.
f. Sheet metal access doors.
g. Sheet metal studs.
2. GENERAL. Installation of wall and roof flashings shall be as
indicated on the drawings and as specified in the building masonry and
roofing sections.
Flashing members to be built into masonry, concrete, or roofing shall be
delivered at the proper time for incorporation into the work.
When installing sheet metal,items, care shall be taken to avoid marring
and improper bending. All components shall be stored in clean, dry
storage areas. Contact with corrosive or staining materials shall be
prevented. All damaged sections shall be replaced and only undamaged
units shall be installed.
3. BASIC MATERIALS.
Galvanized Steel ASTM A366 or A569, zinc coated.
Sheet Aluminum ASTM B209, Alloy 3003-H14, mill
Extruded Aluminum
Stainless Steel
Solder
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 07600
(17578 ) -1-
finish.
ASTM B221, Alloy 6053 or 6063.
ASTM A167, Type 302 or 304,
AISI 2B finish unless otherwise
specified.
ASTM B32, Alloy Grade 50A
(50-50).
Soldering Flux
For Stainless Steel
Zinc chloride type, Fed
Spec 0-F-506, Type II.
For Other Metals
Acid type, Fed Spec 0-F-506,
Type I, Form A.
Fasteners
Same metal as sheet metal being
fastened.
Coal Tar Paint
Koppers "Bitumastic Super
Service Black", Inemec "46-449
Heavy Duty Black", or Valspar
"High -Build Bituminous Coating
35-J-10".
Acrylic Sealant
Pecora "Unicrylic" or Tremco
"Mono".
4. WATERTIGHT JOINTS. Joints
in sheet metal work shall be closed
watertight unless slip joints are
specifically required. Watertight
Joints shall be mechanically interlocked and then thoroughly soldered
for metals other than aluminum.
Joints in aluminum or between aluminum
and other metals shall be sealed
with acrylic sealant.
All joints shall be wiped clean
of flux after soldering. Acid flux
shall be neutralized by washing
the joints with sodium bicarbonate.
5. FLASHINGS. All exposed or
contacting fleshings shall be of the 'same
material.
5.01. Types and Materials.
Through -Wall Flashing
Stainless steel, 32 gage, dead
soft, fully annealed; ribbed;
Architectural Steel "Rib -Bond",
Cheney 03-Way Saw -tooth
Flashing", or Keystone "Inter-
locking Type".
Cap Flashing
Stainless steel, 26 gage.
Counterflashings
Stainless steel, 26 gage,
Architectural Steel, Cheney, or
Keystone, with 4 inch wall flat
and hook dam for masonry wall
installation or with snap lock
for reglet installation.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 07600
(17578 ) -2-
F
h-WThrough-wall flashin s e provided
5.02. Through -Wall sll Fleshings. g shall b
as indicated on the drawings. Flashings under copings shall be con-
tinuous. Flashings over lintels and under sills shall extend 8 inches
past each jamb and shall have ends turned up 1/4 inch. Wall flashings
shall be formed with receivers for counterflashings where required.
Joints in wall flashings and receivers for counterflashings shall
overlap and shall be interlocked.
Where multiple bends are required for through -wall installation, as
l indicated on the drawings, flashings may be provided in single -bend
l sections with vertical legs overlapped to drain to the outside face of
the wall.
Installation of through -wall fleshings is covered in the building
masonry section.
5.03. CaD Flashings. Cap flashings shall be provided at all roof
ventilators, skylights, and elsewhere as indicated on the drawings. Cap
flashings shall be fabricated in sections not exceeding 10 feet in
length; sections shall overlap at least 3 inches and shall form a slip
joint, but shall not be interlocked. All corners and all joints other
than slip joints shall be closed watertight as specified herein.
Cap flashings shall be installed after membrane base fleshings have been
completed. Cap flashings shall be anchored in place as indicated on the
drawings.
5.04. Counterflashings. Counterflashings shall be provided, at the
locations indicated on the drawings, to overlap membrane base flashings
and fit into flashing reglets or receivers. Counterflashings shall be
fabricated in sections not exceeding 10 feet in length; sections shall
overlap at least 3 inches and shall form a slip joint, but shall not be
interlocked. End joints between counterflashing sections shall be off-
set from underlying joints between reglet or receiver sections. Corners
in counterflashings shall be closed watertight as specified herein.
Counterflashings shall be installed after membrane base flashings have
been completed. Counterflashings shall be fitted into reglets or
receivers and securely locked in place in accordance with the manufac-
turer's recommendations.
6. PROTECTION. Adequate protection shall be provided during shipment,
site storage, and installation to prevent damage to materials or
finished work.
Aluminum to be placed in contact with concrete, mortar, or dissimilar
metals shall be given a heavy coat of coal tar paint.
7. DRAWINGS AND DATA. Complete specifications, data, and catalog cuts
or drawings covering the items furnished under this section shall be
submitted in accordance with the submittals section.
(LUBBOCK, TEXAS )
r (SEWRP IMPROVEMENTS & EXPANSION)
L (CONTRACT NO. 4 ) 07600
(17578 ) -3-
Section 07900 - CAULKING
1. SCOPE. This section covers caulking and sealing.
2. GENERAL. The terms "caulking" and "sealing", as used on the draw-
ings and in these specifications, are synonymous. Both terms indicate
the materials specified herein. Oil -base caulking shall not be used on
this project.
3. MATERIALS.
Thiokol Sealant Fed Spec TT-S-00227; polysulfide
rubber, two component.
Nonsag
Submerged Service
Nonsubmerged Service
Self -Leveling
Urethane Sealant
Nonsag
Submerged Service
Nonsubmerged Service
Self -Leveling
Acrylic Sealant
Primer
7, (LUBBOCK, TEXAS )
t (SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 07900
r (17578 ) -1-
Bostik "Chem -Calk 400" or Pecora
"Synthacalk GC-2".
Bostik "Chem -Calk 2001, Pecora
"GC-51, or Sonneborn
"Sonolastic".
A. C. Horn •Hornflea Traffic
Grade" or Bostik "Chem -Calk
250".
Fed Spec TT-S-00227 and ASTM
C920; two component.
PRC "Permapol RC-270"
Bostik "Chem -Calk 500", Mameco
"Vulkem 2278, Pecora "Dyna-
trol II", PRC "Permapol RC-2",
or Tremco "DYmeric".
Bostik "Chem -Calk 550", Mameco
"Vulkem 245", Pecora "Ureapan
NR-200", PRC "Permspol RC-2SL",
or Tremco "THC-9000.
Fed Spec TT-S-230; Bostik
"Chem -Calk 600", Pecora 060+
Unicrylic", or Tremco "Mono".
As recommended by the sealant
manufacturer.
Backup Material Polyethylene or polyurethane
foam as recommended by the
sealant manufacturer; Dow
"Ethafoam SB" or Plateau "Denver
Foam".
Bondbreaker Tape Adhesive -backed polyethylene.
tape as recommended by the
sealant manufacturer.
4. COLORS. Colors of sealants shall be as selected by the Engineer
from the manufacturer's standard line of colors. 'Different colors may
be required for different locations.
5. LOCATIONS TO BE CAULKED.
5.01. With Thiokol or Urethane Sealant (nonsa ) - Submerged Service.
Contraction joints in concrete walls.
5.02. "With Thiokol or Urethane Sealant (nonsa ) - Nonsubmerrted Service.
Entire perimeter of frames for exterior metal doors.
Entire perimeter of metal louvers.
Entire perimeter of metal dampers and metal shutters.
Entire perimeter of aluminum windows.
Control joints in masonry walls.
Joints between precast concrete double -tee wail panels.
Perimeter of aluminum entrances and assemblies, except exterior
side of exterior sills.
Around service sinks.
Watertight joints in aluminum sheet metal work, unless otherwise
specified.
Joints between masonry and cast -in -place concrete, where indicated
on the drawings.
Perimeter of columns through floor slabs or roof slabs.
Other locations where caulking is indicated on the drawings, speci-
fied in other sections, or required for weatherproofing.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 07900
(17578 ) -2-
F
5.03. With Thiokol or Urethane Sealant (self -leveling).
Horizontal joints in walks or drives.
Horizontal joints in traffic -bearing decks and slabs.
Annular space around handrail and fence posts set in sleeves.
5.04. With Acrylic Sealant.
Surface of basin weir plates in contact with supporting, structure.
Watertight joints in aluminum sheet metal work.
6. JOINT PREPARATION. All surfaces to receive sealant shall be clean,
dry, and free from dust, grease, oil, or wax. Concrete surfaces which
have been contaminated by form oil, paint, or other foreign matter which
would impair the bond of the sealant to the substrate shall be cleaned
r,. by sandblasting. All surfaces shall be wiped with a clean cloth
I saturated with xylol or other suitable solvent and primed before the
sealant is applied.
r� Unless otherwise recommended by the sealant manufacturer and permitted
by the Engineer, the depth of sealant in a joint shall be equal to the
width of the joint, but not more than 1/2 inch. Backup material shall
be provided as necessary to control the depth of sealant and shall be of
suitable size so that, when compressed 25 to 50 percent, the space will
be filled. Backup material shall be rolled or pressed into place in
accordance with the manufacturer's installation instructions, avoiding
�4 puncturing and lengthwise stretching. If depth of the joint does not
permit use of backup material, bondbreaker tape shall be placed at the
bottom of the joint to prevent three -sided adhesion.
7. SEALING. Sealing work shall be done before any field painting work
is started. The air temperature and the temperature of the sealed
surfaces shall be above 50 F when sealing work is performed.
Upon completion of the sealing work, each sealed joint shall have a
smooth, even, tooled finish, flush with the edges of the sealing recess,
and all adjacent surfaces shall be clean. Sealant shall not lap onto
adjacent surfaces. Any sealant so applied as to prevent the painting of
adjacent surfaces to a clean line, or with an excess of material outside
the joint and feathered onto surfaces, shall be removed and the joint
resealed.
8. DATA AND SAMPLES. Specifications and data covering the materials
kk proposed for use, together with samples or color cards showing the
1' manufacturer's full line of sealant colors, shall be submitted in
accordance with the submittals section.
r�
L (LUBBOCK, TEXAS )
` (SEWRP IMPROVEMENTS EXPANSION)
(CONTRACT NO. 4 ) 07900
(17578 ) -3-
l
5.03. With Thiokol or Urethane Sealant (self -leveling).
Horizontal joints in walks or drives.
Horizontal joints in traffic -bearing decks and slabs.
Annular space around handrail and fence posts set in sleeves.
5.04. With Acrylic Sealant. _
Surface of basin weir plates in contact with supporting structure.
Watertight joints in aluminum sheet metal work.
6. JOINT PREPARATION. All surfaces to receive sealant shall be clean,
dry, and free from dust, grease, oil, or wax. Concrete surfaces which
have been contaminated by form oil, paint, or other foreign matter which
would impair the bond of the sealant to the substrate shall be cleaned
by sandblasting. All surfaces shall be wiped with a clean cloth
saturated with xylol or other suitable solvent and primed before the
sealant is applied.
Unless otherwise recommended by the sealant manufacturer and permitted
by the Engineer, the depth of sealant in a joint shall be equal to the
width of the joint, but not more than 112 inch. Backup material shall
be provided as necessary to control the depth of sealant and shall be of
suitable size so that, when compressed 25 to 50 percent, the space will
be filled. Backup material shall be rolled or pressed into place in
accordance with the manufacturer's installation instructions, avoiding
puncturing and lengthwise stretching. If depth of the joint does not ~.
permit use of backup material, bondbreaker tape shall be placed at the
bottom of the joint to prevent three -sided adhesion.
7. SEALING. Sealing work shall be done before any field painting work
is started. The air temperature and the temperature of the sealed
surfaces shall be above 50 F when sealing work is performed. „
Upon completion of the sealing work, each sealed joint shall have a
smooth, even, tooled finish, flush with the edges of the sealing recess,
and all adjacent surfaces shall be clean. Sealant shall not lap onto r`
adjacent surfaces. Any sealant so applied as to prevent the painting of
adjacent surfaces to a clean line, or with an excess of material outside
the joint and feathered onto surfaces, shall be removed and the joint
resealed.
8. DATA AND SAMPLES. Specifications and data covering the materials
proposed for use, together with samples or color cards showing the
manufacturer's full line of sealant colors, shall be submitted in
accordance with the submittals section.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION]
(CONTRACT NO. 4 ) 07900
(17578 ) -3-
IF
r
I
Section 08110 - STEEL FRAMES
1. SCOPE. This section covers hollow metal frames, for wood doors,
sidelights, and interior glazed panels in the Laboratory.
Stainless steel doors, structural steel door frames and finish hardware
are covered in other sections.
2. GENERAL. Frames and appurtenances shall be furnished and installed
as specified herein and in accordance with the details and arrangements
indicated on the drawings.
2.01. Governing Standard. Except as modified or supplemented herein,
all steel frames shall conform to the requirements of ANSI/SDI 100.
2.02. Metal Gauge. Gauges of steel sheet metal specified herein refer
to US Standard gauge and are minimum permissible thicknesses.
2.03. Nomenclature. The nomenclature used herein conforms to
ANSI A123.1.
2.04. Acceptable Products. Subject to the requirements specified
herein, internally reinforced doors and accompanying frames shall be
equivalent to the following:
Curries Manufacturing Company "C" Type
Pioneer Industries "Series DW"
Republic Builders Products "FE/MH Series"
2.05. Shop Finish. A primer shall be applied to all surfaces of
ferrous metal furnished under this section. Metal surfaces shall be
cleaned and given a phosphate or equivalent treatment to ensure maximum
corrosion protection and paint adherence. A dip or spray coat of
synthetic resin, rust -inhibitive, metallic oxide or, zinc chromate primer
shall be applied to all surfaces, then baked or oven -dried. Finished
surfaces shall be smooth and free from irregularities.
3. MATERIALS. Materials used in the manufacture and installation of
steel frames shall be as follows:
Frames ASTM A366 or A569, stretcher
leveled, commercial quality
sheet steel with smooth, clean
surface.
Internal Reinforcing AS.TM A366, cold -rolled steel.
Anchoring Devices
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 } 08110
(17578 } -1-
Zinc plated where exposed; zinc
plated or galvanized where
concealed.
Tape Sealant PVC or neoprene closed -cell
foam, black, 1/2 inch wide by
1/4 inch thick strip with
pressure -sensitive adhesive
back; Williams "Everlastic NN-1"
or Blanchard "Foamgard".
4. FRAMES. Frames for wood doors, sidelights, and interior glazed
panels shall be formed of steel to the sizes and shapes indicated.
Metal for frames shall be not lighter than 16 gauge.
4.01. Workmanship. The finished work shall be strong and rigid, neat
in appearance, and free from defects. Molded members shall be
fabricated straight and true with corner joints well formed, and with
fastenings concealed where practicable.
4.02. Joints. Joints for frames shall be knocked -down and corners
shall have aligning tabs and slots for secure interlocking of jambs to
heads.
4.03. Hardware Provisions. Frames shall be prepared at the factory for
the specified hardware. Frames shall be mortised, reinforced, drilled,
and tapped for mortised hardware, and shall be reinforced for surface -
applied hardware. Cover boxes shall be provided in back of all hardware
cutouts. Frames for all doors except weatherstripped doors shall be
punched to receive silencers, three holes on the lock side of single
door frames and one hole for each leaf in heads of double door frames.
Lock strikes shall be set out and adjusted to provide clearance for
silencers.
Concealed metal reinforcements shall be provided for hardware with the
following minimum thicknesses:
Hinge reinforcement
Strike reinforcement
Closer reinforcement
Other reinforcement
10
gauge
14
gauge
12
gauge
14
gauge
4.04. Wall and Floor Anchors. Metal anchors of the sizes and shapes
required for the adjoining type of wall construction shall be provided.
Jamb anchors shall be fabricated from steel, with thickness not less
than the gauge used for frames. Anchors shall be located near the top
and bottom of each frame and at intermediate points not to exceed
32 inches spacing.
For frames set in metal stud partitions, anchors shall be welded to the
backs of frames. Anchors shall be fastened to steel studs with 1/4 inch
diameter machine bolts, or by welding.
4.05. Stops and Beads. Metal glazing beads shall be furnished with
hollow metal frames at sidelights, interior glazed panels, and other
locations where glazed frames are indicated on the drawings. Glazing
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 08110
(17578 ) -2-
i
7, stops shall be formed as an integral part of the frames, and the frames
shall be prepared to receive the glazing beads. Beads shall be fastened
to frames with oval head machine screws spaced at 9 inch centers maxi-
mum. Beads having a molded shape shall be mitered at corners. Rectan-
gular beads may be either mitered or butted at corners.
1 4.06. Installation. Frames shall be plumbed, aligned, and securely
fastened as recommended by the manufacturer.
5. DRAWINGS AND DATA. Complete detail drawings of all items specified
herein shall be submitted in accordance with the submittals section.
Drawings shall show elevations of each frame type; location or identi-
fication of each item; typical and special details of construction;
methods of assembling sections; location and installation requirements
for hardware; size, shape, and thickness of materials; joints;
connections; and finish.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 08110
(17578 ) -3-
rl,
Section 08112 - STAINLESS STEEL DOORS
1. SCOPE. This section covers stainless steel hollow metal doors and
frames. Unless otherwise indicated or specified, all stainless steel
doors shall be flush type.
Steel door frames, structural steel door frames and finish hardware are
covered in other sections.
2. GENERAL. Doors, frames, and appurtenances shall be furnished and
installed as specified herein and in accordance with the details and
arrangements indicated on the drawings.
2.01. Governing Standard. Except as modified or supplemented herein,
all stainless steel doors and frames shall conform to the requirements
of ANSI/SDI 100.
2.02. Metal Gage. Gages of steel sheet metal specified herein refer to
US Standard gage and are minimum permissible thicknesses.
2.03. Nomenclature. The nomenclature used herein conforms to
ANSI A123.1.
2.04. Acceptable Products. Subject to the requirements specified
herein, internally reinforced doors and accompanying frames shall be
equivalent to the following:
Curries Manufacturing Company "Series 707T"
Pioneer Industries "Series CS"
2.05. Shop Finish. All stainless steel doors and frames shall be mill
finish.
3. MATERIALS. Materials used in the manufacture and installation of
steel doors and frames shall be type 316 stainless steel unless
otherwise specified and shall be as follows:
Doors and Frames
Internal Reinforcing
Fillers for Internally
Reinforced Doors
Anchoring Devices
Expansion Anchors
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 08112
(17578 ) -1-
Stretcher leveled, commercial
quality stainless sheet steel
with smooth, clean surface.
ASTM A366, stainless steel.
Mineral wool or fiberglass.
Stainless steel.
Stainless steel and as specified
in the anchor bolts and
expansion anchors section.
Tape Sealant PVC or neoprene closed -cell
foam, black, 1/2 inch wide by
1/4 inch thick strip with
pressure -sensitive adhesive
back; Williams "Everlastic NN-1"
or Blanchard "Foamgard". �-
4. FRAMES. Frames for doors shall be formed of stainless steel to the
sizes and shapes indicated. Metal for frames shall be not lighter than
16 gage.
4.01. Workmanship. The finished work shall be strong and rigid, neat
in appearance, and free from defects. Molded members shall be
fabricated straight and true with corner joints well formed, and with
fastenings concealed where practicable.
4.02. Joints. Joints for frames shall be mitered or butted and
continuously welded on the reverse side to produce rigid joints which
are invisible on the face of the frame. Frame bottoms shall be held
rigidly in position by spreader bars to maintain proper alignment during
shipment and erection.
4.03. Hardware Provisions. Frames shall be prepared at the factory for G-
the specified hardware. Frames shall be mortised, reinforced, drilled,
and tapped for mortised hardware, and shall be reinforced for surface -
applied hardware. Cover boxes shall be provided in back of all hardware
cutouts. Frames for all doors except weatherstripped doors shall be
punched to receive silencers, three holes on the lock side of single
door frames and one hole for each leaf in heads of double door frames.
Lock strikes shall be set out and adjusted to provide clearance for
silencers.
Concealed stainless steel reinforcements shall be provided for hardware
with the following minimum thicknesses:
Hinge reinforcement
10
gage
Strike reinforcement
14
gage
Closer reinforcement
12
gage
Other reinforcement
14
gage
4.04. Wall and Floor Anchors. Metal anchors of the sizes and shapes
required for the adjoining type of wall construction shall be provided.
Jamb anchors shall be fabricated from stainless steel, with thickness
not less than the gage used for frames. Anchors shall be located near
the top and bottom of each frame and at intermediate points not to
exceed 32 inches spacing.
For frames set in masonry, jamb anchors shall be at least 10 inches
long, adjustable, and corrugated or other deformed type.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 08112
(17578 ) -2- '"
For frames set in existing masonry walls, anchorage shall be provided as
indicated on the drawings. All anchors and accessories shall be
stainless steel.
Door frames shall be anchored to the floor with a 16 gage stainless
steel base clip at each jamb. Clips shall be sized and drilled for at
least two 3/8 inch diameter anchoring devices.
r• 4.05. Installation. Frames shall be set in position, plumbed, aligned,
and braced securely until permanent anchors are set. Frames shall be
anchored to floors with stainless steel expansion anchors or as indi-
cated on the drawings. Jamb anchors shall be built into walls and
secured to adjoining construction. Spreader bars shall remain in place
until frames have been built into the walls.
r- 5. DOORS. Doors indicated on the drawings as stainless steel,
including doors with glazed and louvered openings, shall be as specified
herein. Doors shall be prepared to receive the hardware specified in
the finish hardware section.
5.01. Workmanship. Doors shall be rigid, neat in appearance, and free,
from defects. Molded members for glazed doors shall be formed straight
and true, with joints coped or mitered, well formed, and in true align-
ment. All welded joints on exposed surfaces shall be dressed smooth so
that they are invisible after finishing.
5.02. Sizes and Clearances. Doors shall be 1-3/4 inches thick, full
flush type, of the sizes and design indicated. Clearances for doors,
shall be 1/8 inch at jambs and heads, 1/4 inch at meeting stiles of
pairs of doors, and 3/4 inch at bottom unless otherwise indicated or
specified.
r- 5.03. Construction. Doors shall have 18 gage seamless outer sheets.
4 Side edges of doors shall be flush and closed watertight. All seams
` shall be continuously welded and ground smooth. Doors shall be prepared
at the factory for hardware and for glazing and louvers as indicated on
t the drawings and as specified. Door edges shall be beveled or rounded.
Internally reinforced doors shall have fillers placed in the spaces
between reinforcing members and shall be reinforced by 22 gage or
heavier vertical steel stiffeners installed on 6 inch centers and welded
to face sheets.
Outswinging exterior doors shall be finished flush at the top, with all
seams and joints closed watertight as specified for side edges.
5.04. Hardware Provisions. Doors shall be mortised, reinforced,
drilled, and tapped for mortised hardware. Reinforcing units shall be
provided for locksets. Reinforcing plates shall be provided for
mortised and surface -applied hardware in at least the following
thicknesses:
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 08112
i (17578 ) -3-
Hinge reinforcement 10 gage
Surface -applied closers 12 gage
and hold -open arms
Other reinforcement 14 gage
The location of hardware items shall be in accordance with DHI."Recom-
mended Locations for Builders' Hardware for Standard Steel Doors and
Frames".
5.05.' Astragals. The meeting edges of all exterior double doors and
interior double doors scheduled to be weatherstripped shall be provided
with stainless steel astragals. Astragals shall be applied to the
active leaf unless.otherwise indicated. When the astragal is attached
to the inactive leaf, the active leaf shall be prepared for a lockset
with a 3-3/4 inch backset.
5.06' Louvers. Louvers shall be stationary, sightproof, fixed slat or
fixed grid type with a minimum of 60 percent of .free air area.
6. DRAWINGS AND DATA. Complete detail drawings of all items specified
herein shall be submitted in accordance with the submittals section.
Drawings shall show elevations of each door type; details of each frame
type; location or identification of each item; typical and special
details of construction; methods of assembling sections; location and
installation requirements for hardware; size, shape, and thickness of
materials; joints; connections; and finish.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 08112
(17578 ) -4-
0
r% Section 06200 - WOOD DOORS
1. SCOPE. This section covers interior wood solid core doors.
2. GENERAL. Hollow metal frames are specified in the steel frames
section. Finish hardware is specified in the finish hardware section.
Doors shall be standard solid core, flush type doors of the sizes and
arrangements indicated. Doors shall be furnished and installed as
specified herein and in accordance with the details indicated on the
drawings.
3. WOOD DOORS. Wood doors shall be solid core, 1-3/4 inch thick,
medium density overlay. Adhesives shall be Type II, water-resistant.
Doors shall meet or exceed N.W.W.D.A. 1.S.-1, Series and A.W.I. Section
1300-G-3, type PC-7.
Doors shall be similar to Graham GPC, Glenmar X4P, Haley SF'C, or equal.
4. DELIVERY AND STORAGE. Doors shall be staked flat on 2 x 4 lumber
laid 12 inches from ends and across center. Doors shall be covered, and
shall not be exposed to great variations in temperature or humidity. If
doors are not stored on jobsite more than one week, all four edges of
doors shall be sealed.
4.01. Damage. Doors damaged in shipment, storage, or subsequent
handling shall be replaced with new doors at no additional cost to the
Owner.
4.02. Warranty. Doors shall be warranted for two years of the
installation in accordance with the provisions of the manufacturer's
standard warranty.
5. INSTALLATION. Doors shall be installed in accordance with the
written recommended installation instructions of the door manufacturer.
Doors shall be individually fitted to frames, providing 1/8 inch
clearance at jambs and head, and 3/4 inch clearance at the bottom.
Following fitting and trimming, all edges of doors shall be sealed.
Care shall be taken that doors are hung plumb and true, and that leading
and trailing edges do not bind. Hardware shall be carefully fitted and
mortised into doors and frames where required.
The location of the hardware items shall be in accordance with DHI
'Recommended Locations for Builders' Hardware for Standard Steel Doors
and Frames".
r 6. DRAWINGS AND DATA. Complete data or detail drawings of all items
specified herein shall be submitted in accordance with the submittals
section.
r'
t (LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 08200
0- (17576 ) -1-
Section 08330 - ROLLING STAINLESS STEEL DOOR
1. SCOPE. This section covers an insulated rolling stainless steel
door. The door shall be overhead coiling type, of size indicated,
complete with necessary guides, hood, hardware, fastenings, mechanisms,
and accessories as indicated, specified, or required.
Doors shall be installed complete and inproperoperating condition in
the openings indicated on the drawings or as specified.
2. GENERAL. Details of doors, guides, hoods, and accessories shall be
as indicated on the drawings and as specified herein. Doors shall be
the product of a manufacturer who is regularly engaged in manufacturing
the items specified. Where possible, or unless otherwise specified, all
materials shall be stainless steel.
2.01. General Equipment Stipulations. The General Equipment Stipu-
lations shall apply to the equipment furnished under this section.
2.02. Anchor Bolts. Anchor bolts shall be stainless steel and shall
conform to the requirements of the anchor bolts and expansion anchors
section.
2.03. Metal Gages. Gages of sheet metal specified herein refer to US
Standard gage and are minimum permissible thicknesses.
3. MATERIALS. Materials used in rolling steel doors shall be as
follows:
Curtain and Hood
End Locks
Bottom Bar and Guides
Bottom Weather Seal
Roller Shaft
Roller Ends
Spring
Brackets and Gearing
Operating Chain
Slat Insulation
(LUBBOCK, TEXAS }
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 08330
(17578 ) -1-
Sheet stainless steel, cold roll
formed.
Malleable iron.
Stainless steel angles or
channels at least 3/16 inch
thick.
Rubber or vinyl.
Steel pipe or tubing.
Cast iron, ASTM A48.
Oil tempered steel.
Cast iron or steel.
Steel; stainless type 316.
Polyurethane, foamed in place.
r
4. FABRICATION. The rolling stainless steel door for opening D-1402
shall be Cookson FC, or Kinnear 800C. Operation shall be provided by
means of chain gear operator. r-
4.01. Mountinm. The door shall be installed on the interior face of
the wall, with the hood mounted above the head of the opening.
4.02. Curtain. The curtain shall be formed of interlocking insulated
slats and shall be designed to resist wind pressure of 20 pounds per
square foot. The curtain shall roll up on a drum supported at the head
of the opening and shall be balanced by helical springs. Slats shall be
3/4 inch thick, formed of an outside face of 22 gage stainless steel
with interlocking 22 gage stainless steel inside face totally enclosing
foamed -in -place polyurethane insulation.
The ends of each slat in the curtain shall have a combination end lock and wind lock. Combination end locks shall have a flat surface engaging
a seal of metal or other suitable material mounted on or in the guides,
in a manner which will provide an effective wind and water seal.
A bottom bar shall be provided on the bottom of the curtain in a manner
to suit sill construction. Each exterior door shall have a replaceable,
compressible weather seal attached to the bottom bar.
4.03. Guides. Guides shall form a pocket of sufficient depth to retain
the curtain in place under the specified wind pressure. Guides shall be --
attached to adjacent construction with 3/8 inch stainless steel bolts
near each end and at intermediate spacing of not more than 30 inches.
4.04. Roller Shaft. Roller shaft shall be designed so that deflection
does not exceed 0.03 inch per foot of span. Ends of each roller shall
be closed with plugs machined to fit and fastened in place with pins or
screws. Welding will not be permitted. A counterbalancing spring shall
be installed inside the roller. The spring shall be capable of pro-
ducing sufficient torque to ensure easy operation of the curtain from
any position. Provision for adjusting spring tension from outside the
bracket without removing the hood shall be made.
4.05. Brackets. Brackets shall close the ends of roller -shaft housing
and shall support the hood. Ends of the roller shaft shall be journaled
into bracket hubs. The shaft shall be fitted with self-lubricating,
sintered bronze bearings or double sealed, grease lubricated ball _
bearings. —,
4.06. Hood. The hood shall be at least 24 gage steel and shall be
formed to fit contours of the brackets. The hood shall be reinforced
with steel rods, rolled beads, or a stiffening flange at top and bottom
edges. Intermediate supporting brackets shall be provided for hoods at
openings which exceed 12 feet in width. A flexible weather baffle shall
be provided at the hood, mounted internally or externally, to prevent
airflow around the coil. The hood shall also be constructed to prevent
the ingress of birds.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 08330
r
(17578 ) -2-
t 4.07. Locking Device. For chain operated doors, provisions shall be
�. made to enable the chain to be secured against travel by means of a
padlock. Padlocks are covered under the finish hardware section.
4.08. Door Operation. The door shall have an endless chain operating
over a sprocket and extending to within 2 feet of the floor. Reduction
f` gearing shall be designed to reduce the pull required on the hand chain
to 35 pounds maximum.
4.09. Finish. Where possible, or unless otherwise specified all
materials shall be stainless steel. The curtain slats and hood shall
have a number 4 matte finish. All other stainless steel members may
have a mill finish.
5. INSTALLATION. The door shall be installed in accordance with
details, drawings, and manufacturer's directions. All anchors and
inserts for guides, brackets, and other required work shall be stainless
steel and shall be accurately located. After installation, the door
shall be free from warp, twist, or distortion, and shall be lubricated
and properly adjusted to operate freely and smoothly.
6. PROTECTION AND CLEANING. The door shall be protected from damage
during transportation, at the jobsite, and during subsequent construc-
tion activities. Damaged items will be rejected and shall be replaced
with undamaged units.
Upon completion, factory finished metal surfaces shall be thoroughly
cleaned and touched up as recommended by the manufacturer. Abrasive,
caustic, or acid cleaning agents shall not be used.
7. DRAWINGS AND DATA. Complete detail and installation drawings shall
be submitted in accordance with the submittals section. Drawings shall
indicate construction details; clearance requirements; metal gauges;
finish; counterbalancing; method of anchoring; location of guides,
motors, switches, controls, power requirements; and wiring diagrams.
1=
(LUBBOCK, TEXAS )
t (SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 08330
(17578 ) -3-
J
9
Section 08410 - ALUMINUM ENTRANCES AND ASSEMBLIES
r
R 1. SCOPE. This section covers aluminum entrance doors, aluminum door
frames, hardware, aluminum sidelight frames, and fixed aluminum window
assemblies.
Glass and glazing and caulking are covered in other sections.
h
2. GENERAL. Aluminum entrances and assemblies shall be furnished and
installed as specified herein and in accordance with the details and
arrangements indicated on the drawings.
Each entrance and assembly shall be designed for a wind load of 33
pounds per square foot. The maximum deflection of any component shall
not exceed 1/175 of span.
Air infiltration shall not exceed 0.06 cfm per square foot for fixed
glass areas when tested in accordance with ASTM E283. There shall be no
water penetration at a test pressure of 6.24 pounds per square foot when
tested in accordance with ASTM E331.
3. MATERIALS. Materials used in aluminum assemblies shall be:
Aluminum
Extrusions ASTM B221, Alloy 6063-T5;
tubular sections min 1/8 inch
thick.
Sheet ASTM B209, Alloy 5005-H154.
Fasteners Manufacturer's standard.
Stainless Steel ASTM A167, Type 302 or 304.
Glazing Gaskets Extruded, elastomeric type.
Expansion Anchors Fed Spec FF-S-325; wedge type,
Group II, Type 4, Class l or 2;
self -drilling type, Group III,
Type 1; or nondrilling type,
Group VIII, Type 1 or 2;
Phillips, Rawlplug, USM, or
Wej-It.
Coal Tar Paint Koppers "Bitumastic Super
Service Black", Valspar
"35-J-10 Hi -Build Bituminous
Coating", or Tnemec 046-449
Heavy Duty Black".
(LUBBOCK, TEXAS )
i (SDMP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 08410
(17578
5
4. CONSTRUCTION. Aluminum entrances and assemblies shall be as
manufactured by Alumiline, Amarlite, Kawneer, Tubelite, or United States
Aluminum. For ease of identification, the drawings and specifications
are based on products manufactured by Kawneer. Similar and equal
products of other manufacturers may be provided. Unless otherwise
accepted by the Engineer, doors and assemblies shall conform to the
details, arrangements, and dimensions indicated on the drawings and as
specified herein.
4.01. Frames. Frames shall be fabricated from extruded tubular shapes
and shall be Kawneer "Tri-Fab 451" design. Frames shall be :fabricated
and factory assembled in as large sections as practical, consistent with
shipping and field requirements. All miters and joints shall form flush
hairline joints, utilizing concealed fastenings, where practicable.
Where the use of exposed screws, bolts, or rivets cannot be avoided,
heads shall be countersunk and finished to match adjacent work.
All standard and special clips, angles, and other connections or attach-
ment members shall be furnished, as indicated, specified, or required
for proper installation.
4.02. Doors. Doors shall be Kawneer "Medium Stile 350" design, with
3-1/2 inch minimum vertical stiles, 3-1/2 inch minimum top rail, and
6-1/2 inch minimum bottom rail.
Stiles and rails shall be 1-3/4 inches thick, fabricated from extruded
tubular shapes. Corners shall be accurately joined and fitted with
hairline surface joints. Corners shall be mechanically fastened and
welded along concealed lines of contact. Cutouts and mortises for
hardware shall be made accurately and reinforced adequately.
4.03. Glazing Provisions. Doors and assemblies shall be designed for
glazing as indicated on the drawings. Glazing gaskets shall be
furnished by the aluminum assembly manufacturer. Glazing stops for
doors shall be snap -in type with provisions for extruded bulb -type
glazing. Stops on exterior side shall be lock -in tamperproof type.
4.04. Weatherstripping. Doors shall be weatherstripped on three sides
with weatherstripping installed in the door or frame without exposed
fastenings. A weatherstripped adjustable astragal shall be provided at
meeting stiles. Weatherstripping shall be replaceable without special
tools,and without removing door. All exterior doors shall be weather-
stripped at the sill by a pile or vinyl sweep strip on the bottom rail.
4.05. Finish. Exposed surfaces of aluminum assemblies shall be given
an anodic coating, Aluminum Association finish AA-M12C22A42, dark
bronze, with all adjacent components carefully selected for color match.
5. HARDWARE. Hardware shall be furnished and installed by the door
manufacturer in accordance with the schedule listed herein. Hardware
finish shall match finish of doors and frames. Hardware shall be
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 08410
(17578 ) -2-
furnished complete with machine screws, bolts, and other attachments as
f P
required, finished to match the hardware.
5.01. Locks. Locks shall be furnished less cylinders. Cylinders are
covered in the finish hardware section.
{
5.02. Schedule. Doors are listed by opening number, with one complete
set of hardware listed for each opening. Unless otherwise indicated,
hardware items listed are standard products furnished by Kawneer.
Similar and equal hardware of other makes will be considered, provided
ui
full information about such hardware is furnished. The Contractor shall
furnish complete specifications and catalog cuts of each item offered.
The following hardware shall be provided:
Opening
No. Item Quantity Remarks
D-1401 Pull handle (for 1 Style G-2
and panic devices)
1404 Top offset pivot 1 set
Bottom offset pivot 1 set
Surface closer 1 LCN 4041-Cush
lPanic
exit device 1 Paneline CR-90, less
cylinder
Threshold 1 Aluminum, serrated
Floor bumper 1 Glynn -Johnson GJFBI9X
D-1403 Push bar 2 Style V
Pull handle 2 Style G-2
Top offset pivot 2 sets
i
Bottom offset pivot 2 sets
r
Surface closer 2 LCN 4041H-Cush
Floor bumper 2 Glynn -Johnson GJFBI9X
6. INSTALLATION. Door frames and framing members shall be installed
plumb and true by skilled mechanics in accordance with the manufac-
turer's recommendations and standard installation manuals, subject to
the following modifications.
Framing members shall be anchored to existing masonry walls by expansion
anchors, and to drywall or exterior finish system by toggle bolts.
Anchors for head, jamb, and sill members shall be spaced not more than
24 inches apart.
Each vertical mullion shall be anchored by an aluminum angle or special
clip at each end. Mullion anchors shall be fastened to the mullion with
two stainless steel or zinc plated self -tapping screws.
Member -to -member connections shall be made with appropriate profile
clips, or with aluminum angles at each side or level of the members
jointed. Each clip or angle shall be fastened to each member with at
jR (LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION).
(CONTRACT NO. 4 ) 08410
(17578 ) -3-
d'
least two stainless steel or zinc plated screws. Connections exposed to
weather shall be watertight and shall be sealed during installation in
accordance with the manufacturer's recommendations and standard details.
Glazing stops, removable stops, weatherstripping, and other accessories
shall be secured with countersunk machine screws.
Aluminum surfaces that are to be placed in contact with concrete,
mortar, plaster, or dissimilar metals shall be given a coat of coal tar
paint.
Hardware shall be carefully and properly installed, doors hung, and each
item of hardware lubricated and adjusted for perfect operation.
7. PROTECTION AND CLEANING. Door and framing assemblies shall be
protected during fabrication, shipment, site storage, and installation
to prevent damage to materials or finished work. Damaged or mismatched
doors and framing members will be rejected and shall be replaced with
satisfactory units.
After completion of construction, protective materials shall be removed
and all aluminum work shall be washed with a mild solution of soap and
water and then rinsed with clean water.
8. DRAWINGS AND DATA. Complete specifications and drawings covering
the aluminum entrances and assemblies and a complete hardware schedule
shall be submitted in accordance with the submittals section. Drawings
shall show an elevation of each door and each assembly, details of
construction, assembly and installation details, profiles and thickness
of materials, anchors, reinforcements, hardware coordination, and
finish. Drawings shall be accompanied by the manufacturer's
installation manual, indicating standard recommendations and details of
installation. The hardware schedule shall indicate each item of
hardware required for each opening, manufacturer's name, manufacturer's
number or symbol, and finish.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 08410
(17578 ) -4-
A
Section 08700 - FINISH HARDWARE
1. SCOPE. This section covers finish hardware for stainless steel
doors, and wood doors, together with cylinders and padlocks which must
be keyed to match door locks.
Except for cylinders, hardware for aluminum entrance.doors is covered in
the aluminum entrances and assemblies section.
2. GENERAL.
2.01. Templates. Each hardware manufacturer shall deliver to the door
and frame manufacturer a template for each item of mortised and surface -
applied hardware. Each template shall be labeled with the manufac-
turer's name, hardware item, opening number, and location cn the door or
frame where the item is to be installed.
2.02. Finish. The required finish shall be as indicated by the catalog
number listed in the Hardware Schedule herein. Exterior surfaces of
door closers shall be shop primed. Machine screws, bolts, and other
exposed attachments shall be finished to match hardware.
2.03. Acceptable Manufacturers. The catalog numbers which appear in
the Hardware Schedule identify products of the first -named of the
manufacturers listed herein for each hardware item. Equivalent products
of the other manufacturers.listed herein will also be acceptable.
Butts
Locksets, latchsets,
cylinders, and padlocks
Exit devices
Closers
Bumpers and silencers
Thresholds, cast abrasive
Push plates, pull plates,
and kickplates
Weatherstripping
Stanley, Hager, or Lawrence.
Schlage or Russwin.
Von Duprin, Russwin, or Corbin.
LCN, Sargent, or Russwin.
Glynn -Johnson, Russwin, or
Corbin.
Wooster, American Abrasive, or
Stubbs:
Baldwin or Quality.
Reese, Zero, or Pe:mko.
3. HARDWARE SCHEDULE. Hardware shall be furnished in accordance with
the following schedule. Doors are listed by opening number. A complete
set of hardware is listed for each opening.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 08700
(17578 ) -1-
Opening
No.
No.
Item
Read
Catalog No.
D-1401
Cylinder
1
20-001-626, with
cam as
and
required by door
lock
D-1404
furnished
------------------
D-1402
-------------------------------------------
Padlock
1
45-101-626
------
------------------------------------------------------------------------
D-1405
Butts
3
FBB191-630 4-1/2"
x 4-1/2"
NRP
._
Lockset
1
D53PD-Ply-630.
r-
Closer
1
4040 H Cush
Threshold, cast
1
115 Alumogrit 4"
x 1/2",
abrasive
115-S Alumogrit
4"
Weatherstripping
Head and jambs
1 set
770C
Sill
1
701C
------------------------------------------------------------------------
D-1406,
Butts
3
FBB191-630 4-1/2"
x 4-1/2"
D-1407,
Latchset
1
D10S-Ply-630
D-1408,
Bumper
1
GJFB14XS-628
D-1411,
Silencers
3
GJ64
r
D-1416,
and
D-1420
------------------------------------------------------------------------
D-1409
Butts
6
FBB191-630 4-1/2"
x 4-1/2"
Latchset
1
D10S-Ply-630 with
3/4 inch
'-
throw
Bumper
2
GJFB14XS-628
Flush bolts
2
GJFB6-12"-626
Weatherstripping
Head and jambs
2 sets
770C
Sill
2
701C
_
---------------------------------------------
D-1410
Butts
3
--------------------------
FBB191-630 4-1/2"
x 4-1/2"
and
Lockset -
1
D53PD-Ply-630
`r
D-1415
Bumper
1
GJFB14XS-628
Silencers
3
GJ64
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 08700
(17578 ) -2-
I,
k
Opening
No.
No.
Item
Read
Catalog No.
D-1412,
Butts
3
FBB191-630 4-1/2' x 4-1/2"
V
D-1413,
Closer
1
4040
and
Bumper
1
GJFBI4XS-.028
D-1414
Push plate
1
2126-630
Pull plate
1
2355-630
Kickplate
1
2001-10" x 34"-630
Silencers
3
GJ64
------------------------------------------------------------------------
D-1418
Butts
3
FBB191-630 4-1/2" x 4-1/2
Latchset
1
D10S-Ply-630
Closer..
1
4040
Bumper
1
GJFB14XS-628
'
Weatherstripping
PP 8
Head and jambs
1 set
770 DUR
Sill
1
701 DUR
D-2401,
Butts
4
-
FBB199-6305" x 4-1/2" NRP
D-3402,
Exit device
1
900TP-630, with 299 strike;
and
less cylinder
D-4002
Cylinder
1
20-020 Series-626, with
cylinder as required by
exit device furnished
Closer
1
4040 CUSH
T"
Threshold, caste
1
115 Alumogrit 4' x 1/2"
t
abrasive
i,
Weatherstripping
Head and jambs
1 set
770C
Sill
1
701C
C------------------------------------------------_--
-------------------
D-2402,
Butts
8
FBB199-630 5' x 4-1/2" NRP
D-3401,
Exit device
1
900TP-630, with 1609
and
Cylinder
1
strike; less cylinder
D-4001
20-020 Series-626, with
1
cylinder bar as required by
exit device furnished
Closer
1
4040 CUSH
Threshold, cast
1
115 Alumogrit 4' a 1/2".
abrasive
Flush bolts
2
GJFB6-12'-626
Weatherstripping
Head and jambs
2 sets
770C
Sill
2
701C
(LUBBOCK,
TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT
NO. 4 )
08700
(17578
)
-3-
S
1.
4. KEYING. Cylinder locks and padlocks shall be keyed in groups.
After the finish hardware submittals have been accepted by the Engineer,
the Engineer and Owner will 'meet with the Contractor and hardware
consultant to determine=the keying groups.
All locks in each group shall be keyed alike and each group shall be
keyed differently.All locks shall be operable by a master key or by
master key groups and a grand master. Two keys shall be furnished with
each lock. Six master keys shall be furnished.
5. PACKAGING. Each item of hardware shall be packaged separately in an
individual container complete with screws, keys, special wrenches, in-
structions, and installation templates necessary for accurately locat-
ing, setting, adjusting, and attaching the hardware. Each container
shall be marked with the number of the opening to which the hardware
item is to be applied.
6. INSTALLATION. Hardware shall be accurately fitted, securely
applied, carefully adjusted, and lubricated in accordance with the
manufacturer's instructions..
6.01. Location. Unless otherwise directed by the Engineer, the loca-
tions of hardware items shall be in accordance with DHI "Recommended
Locations for Builders':Hardware for Standard Steel Doors and Frames".
6.02. Thresholds. The ends of thresholds shall be notched to fit the
applicable door frame profile. Thresholds shall be field drilled to
receive flush bolts where required. Thresholds shall be anchored to
concrete by means of 5/16 inch diameter stainless steel flat head
countersunk machine screws and expansion anchors spaced at 8 inch
centers. Thresholds shall be set in asphalt roofing cement conforming �.
to ASTM D4586, Type II.
6.03. Protection. Special care shall be taken to protect finished
surfaces of hardware during installation. Hardware on which the finish
has been damaged prior to final acceptance of the work shall be replaced
with new hardware at no additional cost to the Owner.
6.04. Adiustment. Each supplier of finish hardware shall provide the
services of a trained and experienced hardware consultant to service and
adjust installed hardware.
7. DRAWINGS AND DATA. A complete schedule of finish hardware shall be
submitted in accordance with the submittals section. The schedule shall
indicate each item of hardware required for each opening, manufacturer's "
name, manufacturer's number or symbol, and finish.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 08700
(17578 ) -4-
Section 08800 - GLASS AND GLAZING
1. SCOPE. This section covers glass and glazing for windows. doors,
and other openings having glass as indicated on the drawings and as ;
stipulated herein. The color of the reflective insulating and tinted
glass must match the Administration Building which is under
construction.
The following items of work are covered under other sections:
Neoprene and vinyl gaskets for glazing aluminum entrances and
assemblies.
2. GENERAL. Except as modified or supplemented herein, all glazing
shall be in accordance with the recommendations of the Flat Glass
Marketing Association (FGMA).
Tempered glass shall conform to the requirements for glazing materials
for Category II products in accordance with. the Safety Standard for
Architectural Glazing Materials, 16 CFR 1201, January 6, 1977, as
amended.
Insulating glass units shall bear the certification labels of the Insu-
lating Glass Certification Council (IGCC).
3. MATERIALS. Materials shall conform to the following:
Insulating Glass
Reflective One inch thick. made from
1/4 inch tempered glass; inner
pane clear and outer pane with
reflective coating on the number
two surface, bronze color; Ford
"Sunglass" or L.O.F. "Eclipse".
Tempered Glass Plate or float, fully tempered,
ANSI Z97.1 or ASTM C1048.
Clear 1/4 inch; PPG "Herculitel or
Spectrum "Tuf-flex".
Tinted Bronze, 1/4 inch; PPG
"Herculite" or Spectrum "Tuf-
flex" color to match reflective
insulating glass.
Glazing Compound ASTM C669.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 08800
(17578 ) -1-
r
Extruded Tape Pecora "B-44 Extru-Seal", Pro-
tective Treatments "PTI 606", or
Tremco "440 Tape". r
Acrylic Sealant Pecora "Unicrylic" or Tremco
"Mono"
Setting Blocks Soft lead or neoprene.
Spacers Cork and rubber; Rhopac
"Adhesive Backed Spacer Blocks".
Glazing Clips Spring wire.
4. GLAZING SCHEDULE. Glazing shall be in accordance with the following
schedule.
4.01. Reflective Insulating Glass. W-1401, W-1402, W-1403, and W-1404.
4.02. 1 4 Inch Clear Tempered Glass. W-1405, W-1406, W-1407, W-1408,
D-1403, D-1404, D-1406 (including sidelight), D-1407, D-1408 (including
sidelight), D-1412 (including sidelight), D-1413 (including sidelight),
D-1414, D-1416, D-1420.
4.03. Tinted Tempered Glass. D-1401.
5. GLAZING. All glass sizes shall be obtained from measurements of the
work at the site or from the manufacturer of the sash, doors, or frames in which the glass is to be set. In all cases, however, the Contractor
shall be responsible for the correctness of the size of the glass. '
Setting blocks shall be provided where recommended by the FGMA.
5.01. Aluminum Assemblies. Glass in aluminum assemblies employing
extruded gasket glazing shall be set with the gaskets and stops supplied
by the manufacturer of such assemblies and in accordance with the manu-
facturer's instructions.
5.02. Heat Absorbing Glass. Heat absorbing glass shall have clean-cut
edges. No nipped or seamed edges will be permitted. Heat absorbing
glass shall be set in strict accordance with the manufacturer's
recommendations.
5.03. Other Glass. All other glass shall be set as required by the
glazing facilities provided and the glass embedment requirements.
6. LABELS. All glass shall be delivered to the work bearing the origi-
nal manufacturer's labels. These labels shall not be removed until just
prior to the final window cleaning.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 08800
(17578 ) -2-
7. PROTECTION AND CLEANING. All glass shall be protected against
breakage during the construction period, and all broken or cracked glass
shall be replaced at the time of completion of the work.
All glass shall be cleaned just before final inspection, and all stains
and .defects shall be removed. Care must be exercised to remove paint,
labels, and glazing compound without scratching or marring the surface
of the glass or metal work.
The cleaning of reflective glass shall conform to the manufacturer's
published instructions.
8. DATA. Complete specifications and data covering the items furnished
under this section shall be submitted in accordance with the submittals
section.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 08800
(17578 ) -3-
rw
G
%"s
Section 09250 - GYPSUM WALLBOARD
1. SCOPE. This section covers gypsum wallboard partitions and
ceilings, complete with metal furring, framing, ceiling suspension
^, system, and accessories, to be furnished and installed at the locations
indicated on the drawings.
2. GENERAL. Gypsum wallboard construction shall be coordinated with
other building, electrical, heating, ventilating, air conditioning, and
plumbing work. Suspended ceiling support members shall be arranged to
properly support fixtures and casings.
2.01. Delivery and Storage. All materials shall be delivered in
original packages bearing the name of the manufacturer and the brand.
Materials shall be stored inside under cover, with wallboard stacked
flat and supported off the floor. Adhesives shall be stored in dry
areas and protected against freezing. Metal goods shall be protected
against rusting.
Sheet metal and wire gages set forth herein are minimums and refer to
US Standard gage.
3. MATERIALS.
Gypsum Wallboard, General ASTM C36, Type X, fire -rated;
Purpose 5/8 inch thick, tapered edges.
Partition Studs ASTM C645; galvanized steel, 20
and 25 gage, 3-5/8 inch deep
channel type screw studs,
complete with top and bottom
tracks. Unless indicated on the
drawings, partition studs shall
be 3-5/8 inch deep.
Drywall Suspension Furring
System
i
Thermal Batt Insulation
(for wall around room
1416)
i (LUBBOCK, TEXAS }
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 09250
P (17578 } -1-
* 1
i .
ASTM C635, heavy-duty classi-
fication; Chicago Metallic
1630 System" or Donn 'Rigid X
Series', including main runner
tees, furring cross channels,
cross tees, and perimeter
channel moldings, all fabricated
from cold -rolled steel.
Fiberglass batt, 3-1/2 inches
thick, unfaced, ASTM C665, Type
III, Class A, Owens-Corning
FS25, FRK faced or Manville
FSK25.
Sound Attenuation Batt
Fiberglass batt, 3-1/2-inches
Insulation (for walls
thick, unfaced, ASTM C665,
indicated at room 1407)
Owens-Corning "Sonobatts" or
Manville "Sound Control".
Thermal Batt Insulation
Fiberglass batt, 6-1/4 inches
(above ceiling at room
thick, ASTM C665, Type III,
1416)
Class A, Owens-Corning FS25 FRK
faced or Manville FSK25.
Runner Channels
1-1/2 inch cold -rolled steel
channels weighing 0.475 lb per
ft, with rust -inhibitive painted
finish.
Furring Channels
ASTM A525; galvanized steel,
7/8 inch deep, 1-5/16 inch face
width, screw furring channels
with extended nailing flanges.
Corner Beads
ASTM C840, Type CB; galvanized
steel, one inch by 1-1/4 inch
perforated flanges.
Casing Beads
ASTM C840, Type LS; galvanized
steel, with perforated flanges.
Control Joints
Wall
Zinc or galvanized steel, with
1/4 inch wide V-shaped opening
and perforated flanges.
Suspended Ceiling
Ceiling manufacturer's standard.
Joint Compound
ASTM C475; premixed paste.
Joint Tape
ASTM C475; perforated.
Wallboard Screws
ASTM C1002; Type S, self -tapping
screws for 25 gage metal studs.
Wallboard Screws
ASTM C954; self -tapping screws
for 20 gage metal studs.
Hangers
Galvanized steel wire, 8 gage.
Powder -Actuated Anchors
Fed Spec GGG-D-777.
4. INSTALLATION OF FRAMING. Unless otherwise specified, installation
of wall framing members shall conform to ASTM C754 and installation of
suspended ceiling framing shall conform to ASTM C636.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 09250
(17578 ) -2-
4.01. Suspended Ceiling Framing. Suspended gypsum board ceilings shall
be supported by a direct -hung drywall suspension furring system
installed as recommended by the manufacturer and as specified herein.
4.02. Hain Runner Tees`. Hain runner tees shall be spaced 48 inches
apart and supported by hanger wires arranged not more than 48 inches on
center. Main runner tees shall be placed with lines parallel to the
bordering walls. Locations and methods of splicing shall be as recom-
mended by the manufacturer.
4.03. Furring Cross Channels. Furring cross channels shall be spaced
16 inches apart and shall be fitted between main runner tees and clipped
thereto as recommended by the manufacturer. Each line of furring cross
channels shall be straightened and aligned, and lines shall be perpen-
dicular to main runner tees and parallel to each other.
4.04. Cross Tees. Cross tees shall be installed adjacent to all re-
cessed light fixtures and diffusers on any side not supported by a main
runner tee.
4.05. Wall Track. Wall track shall be installed wherever suspension
components meet vertical surfaces. Suspension component ends shall be
butt cut to fit into the wall track.
4.06. Hangers. Hangers shall be spaced not more than 48 inches apart.
Hangers shall be attached to overhead construction and shall be of ample
length to securely support the ceiling. Attachments shall develop the
full strength of each hanger.
Hangers shall be anchored to cast -in -place concrete construction by
tying to reinforcing steel or by suitable inserts.
Hangers shall be tied through holes in the vertical leg of main runner
tees.
4.07. Framing for Ceiling Drops and Vertical Returns. Ceiling drops
and vertical returns shall be constructed as indicated on the drawings
and shall be securely anchored to overhead construction. Furring
channels shall be spaced at 16 inch centers and shall be rigidly braced
and anchored.
4.08. Partition Framing. Tracks shall be aligned accurately according
to the partition layout and anchored at 24 inch centers. Studs shall be
vertical, spaced not more than 16 inches on center. All studs adjacent
to partition intersections and corners shall be anchored to the tracks
with screws through each stud and track flange. Stud splices shall be
lapped 8 inches and shall have two screws in each flange.
Partition studs which support ceramic tile shall be 3-5/8 inch deep,
20 gage studs spaced not more than 16 inches on center. Unless
otherwise specified or indicated on the drawings, all other partition,
studs shall be 25 gage.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION) -
(CONTRACT NO. 4 ) 09250
(17578 ) -3-
Studs shall be located not.more than 2 inches from all door frame jambs,
partition corners,.and dissimilar construction._ Studs shall be anchored
to the jamb anchor clips of each door frame with bolts or screws. A �..
section of track shall be installed within each door frame head, with
the ends slit and the flanges overlapping the adjacent studs and
attached with two screws at each end. Stud sections shall be installed
over each door frame at the specified spacing.
Short lengths of metal studs or wood blocking shall be installed
horizontally between studs wherever required for anchorage of wall -
mounted items.
4.09. Furring. Furring channels shall be vertical, spaced not more
than 24 inches on center, and anchored with powder -actuated anchors
driven through alternate flanges into the wall, columns, or beam at
16 inch centers. Horizontal furring channels shall be installed at the �-
floor and ceiling line, and as required for proper framing and support.
Furring channels shall be plumbed and aligned by shimming.
5. INSTALLATION OF GYPSUM WALLBOARD. Unless otherwise specified,
installation shall conform to ASTM C840.
5.01. Protection. Areas to receive wallboard shall have a temperature
of .55 F or higher for 24 hours prior to installation of wallboard. The
temperature shall be maintained at 55 F or higher until wallboard
installation is complete and joints are completely dry.
Adequate ventilation shall be provided to eliminate excessive moisture
during and following joint treatment applications.
Wallboard shall be of maximum practical length to reduce the number of
end joints. Ends and sides shall be in contact but not forced into
place. Wallboard shall be cut neatly to fit around all outlets, switch
boxes, recessed light fixtures, diffusers, and similar items.
For ceilings, gypsum wallboard shall be installed with the long
dimension of boards paralleling the main runner tees. All end joints
shall be staggered and shall be made over framing members. Boards shall
be fastened to all main runners, furring cross channels, cross tees, and
wall track with screws spaced not more than 12 inches apart nails spaced
not more than 7 inches apart in the field and ends of boards.
For walls and partitions, gypsum wallboard shall be installed with long
dimension vertical. All side joints shall be made over framing members.
Joints on opposite sides of partitions shall occur over different studs.
End joints, if required, shall be neatly fitted and staggered. Boards
shall be fastened to each framing member with screws spaced not more
than 12 inches apart in the field and edges of boards.
Screws shall be driven not less than 3/8 inch, nor more than 1/2 inch,
from ends and edges of boards. All screw heads shall be dimpled
r
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 09250
(17578 ) -4-
C -
1
slightly below the surface of the board, with particular care taken not
to break the face paper or otherwise damage the surface or core of the
board.
Metal corner beads shall be installed at all external corners, and metal
casing beads shall be installed at all edges of wallboard where exposed
or where abutting other materials.
In general, all corners and all exposed edges and openings through
wallboard shall be protected with metal casings made accurately to size
and dimension.
Control joints shall be provided in walls and ceilings at the locations
indicated on the drawings.
Where indicated on the drawings, gypsum wallboard shall be installed on
the interior side of exterior walls to make the wall surface flush with
the surface of the existing gypsum plaster. The gypsum wall board shall
be fastened to the existing masonry wall with appropriate anchors and
shims.
6. FINISHING. Where gypsum wallboard is to be painted or is to receive
vinyl fabric wall covering, all joints, fastener dimples, and other
depressions shall be finished with tape and joint compound, with joint
compound feathered and sanded smooth. Wallboard surfaces shall be left
smooth, clean, and ready for painting or the application of the wall
covering.
Where gypsum wallboard is to be covered with ceramic tile, all joints
shall be finished with tape and joint compound, with joint compound
feathered and troweled smooth. No sanding will be required. Dimples
and depressions need not be filled. All wallboard surfaces and edges of
1r- cutouts shall be sealed, and all openings around pipes and fixtures
i shall be caulked flush, in conformity with ASTM C840. Wallboard
surfaces shall be left smooth, clean, and ready for the application of
A ceramic tile.
t
7. DRAWINGS AND DATA. Complete specifications, data, and catalog cuts
or drawings covering the items furnished under this section, including
+ installation drawings showing ceiling suspension details, shall be
submitted in accordance with the submittals section.
...
t (LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 09250
(17578 ) -5-
t
Section 09310 — CERAMIC TILE
1. SCOPE. This section covers ceramic mosaic tile floor coverings and
glazed wall tile. The type of floor and wall covering in each room or
space shall be as indicated on the drawings.
2. MATERIALS. All materials packaged at the factory shall be shipped
to the job in unbroken grade -sealed containers.
Ceramic Mosaic Tile ANSI A137.1, porcelain, standard
grade, cushion edge, back
mounted, with trim shapes.
Glazed Wall Tile ANSI A137.1, standard grade,
bright glaze, plain face,
cushion edge, with trim shapes.
Portland Cement ASTM C150, Type I.
Sand ASTM C144, clean natural sand.
Hydrated Lime
Organic Adhesive
Waterproofing Membrane
Reinforcing Mesh
Water
Ceramic Tile Joint Filler
Floor Sealer
ASTM C207, Type:S.
ANSI A136.1, Type I.
H. B. Fuller "Nobleseal TS" or
Rubber & Plastics
"Nervastral 3001.
Welded wire fabric, ASTM A185;
2 x 2- 16116 or 3 x 2- 13113,
galvanized.
Clean and free from deleterious
substances.
Raiser "Crest Super -White Wet
Tile Grout" or Bostik "Hydroment
Ceramic Tile Grout
Ceramic Tile Hillyard "Seal 341" or Hunt-
ington "Terrazzo Seal".
Waterproof Paper Fed Spec UU-B-790, Type I,
Grade C, Style 4; St. Regis
'Seekure".
2.01. Ceramic Mosaic Floor Tile._ Ceramic tile for the sampler wash
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 09310
(17578 ) -1-
area shall be unglazed ceramic mosaic tile. Tile shall have a nonskid
surface, produced by embedding particles of abrasive grit in the surface
of the tile. Tile shall be 2 inches square.
2.02. Glazed Wall Tile. Ceramic tile for walls and wainscots shall be
glazed wall tile. Tile shall be 4-1/4 inch by 4-1/4 inch size. Trim
shapes shall be provided at discontinuous edges and at external corners.
3. COLORS. For identification purposes, the wall tile shall be Dal -
Tile Corporation "D-100 Dal -White" and the floor tile shall be Dal -Tile
Corporation "DK-01A White 120. Equivalent colors of other manufacturers
are acceptable provided the other requirements of this specification are
met.
4. SAMPLES. Tile samples shall be submitted to the Engineer.
4.01. Ceramic Mosaic Tile. Samples shall be at least 6 inches square
and shall be suitably mounted and identified. At least two samples
shall be submitted.
4.02. Glazed Wall Tile. Samples shall be full size, shall be marked
with an identifying color name and the manufacturer's designation, and
shall represent the full color range of the material. At least two
samples shall be submitted.
5. MORTAR MIX. Mortar for ceramic mosaic tile and floor bedding shall
be mixed in the proportions of one part portland cement, 6 parts damp
sand, and 1/10 part hydrated lime, by volume.
Mortar shall be machine mixed and shall be low slump. Mortar shall be
mixed and placed only as required by the tile setter. Mortar which has
reached its initial set shall be discarded. Remixing with additional
water, cement, or other materials will not be permitted.
6. SURFACE PREPARATION. Surfaces to be covered with tile shall be
cleaned of all dirt, dust, plaster. oil, grease, wax, paint, or other
foreign substances.
The sample wash area floor surfaces to receive mortar -set tile shall not
vary from a true plane more than 1/4 inch in 10 feet.
Wall surfaces to receive organic set tile shall be dry and shall not
vary from a true plane more than 1/8 inch in 8 feet.
Gypsum wallboard surfaces to be covered with glazed wall tile shall be
taped and filled as specified in the gypsum wallboard section. Taped
joints shall be sealed as recommended by the Tile Council of America.
7. WALL TILE INSTALLATION. All ceramic tile shall be installed with
organic adhesive.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 09310
(17578 ) -2
i
C'
Tile shall be carefully laid out and centered on each wall or section of
wall to avoid small cuts. Cut tile edges shall be rubbed smooth.
Joints shall be approximately 1116 inch wide and accurately aligned.
All exposed edges shall be laid with bullnose cap or edge units. All
external corners shall be laid with bullnose corner units. All vertical
internal corners shall be laid square. All horizontal.internal corners
shall be laid with cove units. Finished tile surfaces shall be smooth,
even, and free from offsets or irregularities, with straight, uniform
joints.
7.01. Organic Adhesive. Materials and workmanship shall be in accord-
ance with ANSI A108.4. Surfaces to be covered shall be clean and dry.
Adhesive shall be spread with a notched trowel so that the entire sur-
face is covered, with no bare spots. Adhesive that films over before
tile is applied shall be removed and replaced with fresh adhesive.
8. CERAMIC MOSAIC FLOOR TILE INSTALLATION. The ceramic mosaic floor
the in the sampler wash area shall be laid in a bed of mortar.
Materials and workmanship shall be in accordance with ANSI A108.1.
Tile joints shall be approximately 1/16 inch wide and accurately
aligned. The work shall be carefully laid out and centered, to avoid
small cuts. All cuts shall be rubbed smooth and even. After tile is
laid, the entire floor shall present a true and even surface varying not
more than 1/8 inch from a 10 foot straightedge.
At the sample wash area, waterproofing membrane shall be placed directly
on the structural slab. Edges and ends of the membrane shall be folded
and secured to form a locked joint. Reinforcing mesh shall be placed
over the membrane, with sections lapped at least one full mesh. The
reinforcing mesh shall be supported at approximately mid -depth of the
setting bed.
i Setting bed mortar shall be placed over the membrane and tamped and
screeded to the required thickness. After the mortar setting bed is
placed, a 1/16 inch thick coat of neat cement paste shall be troweled
i over the setting bed or a 1/16 inch thick coat of dry portland cement
shall be dusted on the moist surface. The dry coat shall be lightly
worked with a brush or float immediately before placing tile. The tile
shall be applied and thoroughly beaten into place. At exposed
�. discontinuous edges, floor tile shall be set to match the finish surface
elevation of adjacent floors.
9. JOINT FILLING.
9.01. Ceramic Mosaic Tile and Glazed Wall Tile. Joints, after being
saturated with water, shall be grouted with ceramic tile joint filler
mixed to a creamy consistency and thoroughly forced into all joints, so
that every joint is filled to its entire depth. All surplus material
'r shall be removed before it has hardened, the face of the tile being kept
clean.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)'
(CONTRACT NO. 4 ) 09310
(17578 ) -3-
a
10. CLEANING AND PROTECTION. Upon completion of the various parts of
this work, the Contractor shall remove all surplus material and
construction debris.
As soon as the joint filler has set sufficiently, but while the surface
is still damp, floors shall be protected with a continuous cover of
nonstaining, waterproof paper. All seams shall be lapped at least
4 inches and tightly sealed. The cover shall be left in place until all
danger of marring has passed and the floors are ready for final
cleaning, but in no case less than 5 days.
Tile surfaces shall be protected from rapid drying and shall be kept
moist for at least 72 hours after the tile is applied. Tile shall be
thoroughly cleaned with a suitable masonry cleaner. Acid cleaning will
not be permitted. After cleaning, tile surfaces shall be washed thor-
oughly with clear water.
After all work has been completed and just before final inspection,
protective coverings shall be removed, each floor surface shall be
inspected and any defects repaired, then thoroughly cleaned, sealed, and
polished.
Two coats of floor sealer shall be applied in accordance with the
recommendations of the manufacturer.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 09310
(17578 ) -4-
Section 09510 - SUSPENDED ACOUSTICAL CEILINGS
1. SCOPE. This section covers lay -in acoustical panel ceilings with
exposed grid suspension systems to be furnished and installed at the
locations indicated on the drawings.
2. GENERAL. The ceiling work shall be coordinated with other building,
electrical, heating, ventilating, air conditioning, and plumbing work.
Sheet metal and wire gages set forth herein are minimums and refer to US
Standard gage.
3. MATERIALS. Materials shall conform to the following:
Acoustical Panels Fed Spec SS-S-118B, Type III,
Class A; Armstrong "Cirrus".
Size, Nominal 24 inches by 24 inches by
3/4. inch, beveled tegular edge.
Finish Factory -applied, cream color
vinyl latex paint.
NRC
Exposed Grid Suspension
System
Hangers
Wallboard Screws
0.50 minimum.
ASTM C635, intermediate duty
classification; Armstrong
Suprafine 9/16 inch exposed tee
system complete with main runner
tees, main cross tees, interme-
diate cross tees, and hemmed
edge moldings with standard pre-
fabricated corner units for
internal and external corners.
All exposed metal shall have
factory -applied, baked enamel
finish. Color shall match•
ceiling tile.
12 gage galvanized steel wire.
ASTM C1002, Type S,
self -tapping.
4. INSTALLATION. Suspended acoustical ceilings shall be installed in
accordance with the manufacturer's recommendations. Installation of
suspension systems shall conform to the requirements of ASTM C636. Each
area shall be permanently enclosed before ceiling work is started.
The suspension systems shall be designed to support the ceiling, light-
ing fixtures, grilles, diffusers, and other required items without
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 09510
(17576 ) -1—
r..
sagging. In each area, the suspension system shall be installed and
leveled before acoustical panels or light fixtures are installed. Each
grid system shall be leveled to within 1/8 inch in 12 feet. Unless
otherwise indicated on the drawings, the layout for each suspended
acoustical ceiling shall be symmetrical about the center lines of the
space with equal borders on opposite sides, and shall be square and.
parallel to the enclosing walls.
4.01. Hangers. Hanger spacing shall not exceed 48 inches, with addi-
tional hangers placed at each corner of each recessed light fixture and
framed opening. Hangers shall be securely anchored to overhead
construction as follows:
a. To Existing Steel Bar Joists. Hangers shall be anchored by
tying to the bar joist members. hangers shall not be attached
to joist bridging. If the spacing of bar joists exceeds the
specified spacing of hangers, suitable additional framing
members shall be provided and securely attached to the bar
Joists.
Hangers shall be tied through holes in the vertical leg of main runner
tees
4.02. Main Runner Tees. Main runner tees shall be spaced 48 inches
apart, supported with hanger wires not more than 48 inches apart. Main
runner tees shall be placed with lines parallel to the bordering walls.
Locations and methods of splicing shall be as recommended by the manu-
facturer.
4.03. Cross Tees. Main cross tees shall be spaced 24 inches apart,
fitted between main runner tees, and clipped thereto as recommended by
the manufacturer. Each line of main cross tees shall be straightened
and aligned, and lines shall be perpendicular to main runner tees and
parallel to each other.
Intermediate cross tees shall be spaced 24 inches apart, fitted between
main cross tees, and clipped thereto as recommended by the manufacturer.
Each line of intermediate cross tees shall be straightened and aligned,
and lines shall be perpendicular to main cross tees and parallel to each
other.
4.04. Special Framing. Additional members shall be installed as
required to frame for and support all light fixtures, diffusers,
grilles, and similar items.
4.05. Edge Molding. Edge molding shall be installed at all walls
around the entire perimeter of each ceiling area and around all columns.
At gypsum wallboard partitions and walls, edge molding shall be anchored
to metal studs using wallboard screws. Prefabricated corner units shall
be installed at all internal and external corners. Hemmed edges of
moldings shall be field notched for a flush fit at the exact point where
tees connect.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 09510
(17578 ) -2-
r
' 4.06. Acoustical Panels. Acoustical panels shall be neatly cut to fit
the spaces, with each panel supported on all sides by main runners,
cross runners, or edge moldings. No visible gaps, openings, split
edges, or cracked panels will be acceptable. All panel units shall be
installed with any apparent grain running in the same direction.
5. CLEANING. Following completion of erection work, dirty or
discolored exposed surfaces of the suspension system and panels shall be
cleaned and left free of all defects. Any item which is damaged or
which cannot be properly cleaned shall be removed and replaced with new
materials.
6. EXTRA PANELS. One unopened carton of new acoustical panels shall be
furnished to the Owner.
7. DRAWINGS AND DATA. Complete specifications, data, and catalog cuts
or drawings covering the items furnished under this section and instal-
lation drawings showing suspension and erection details shall be sub-
mitted in accordance with the submittals section.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 09510
(17578 ) -3-
Section 09660 - RESILIENT FLOOR COVERINGS
1. SCOPE. This section covers vinyl composition tile floor coverings
and cove base. The type of floor covering to be provided in each room
or space shall be as indicated on the drawings.
2. MATERIALS. The materials furnished shall be as follows:
Vinyl Composition Tile Fed Spec SS-T-312, Type IV,
Composition 1.
Size 12 inches square.
Thickness 1/8 inch.
Reducing Strip Same material as floor covering,
formed into tapered strip.
Cove Base Fed Spec SS-W-40, Style B; vinyl
or rubber, 0.080 inch thick.
Height 4 inches.
Color Gray.
Adhesives As recommended by manufacturer
of resilient flooring material.
Floor Leveling Material Factory prepared; Camp "Latex
Liquid Felt" or Flintkote "Tile -
Tex Latex Underlayment".
Protective Paper Fed Spec UU-B-790, Type I,
Grade C, Style 4; laminated
paper with nonstaining adhesive;
St. Regis "Seekure".
3. COLOR. For identification purposes, the color of the vinyl
composition tile shall be Azrock, Custom Cortina, V-824 Sesame.
4. SAMPLES. Samples of resilient floor covering materials shall be
submitted to the Engineer. Tile samples shall be full thickness, and
the samples shall be marked on the back with identifying color, shade,
pattern, thickness. and manufacturer's name. Samples of cove base and
reducing strip shall be submitted in 6 inch lengths.
5. DELIVERY AND STORAGE. Materials shall be delivered to the.job in
the original unopened containers clearly marked with manufacturer's
brand and name. Materials shall be handled carefully and stored in
weatherproof enclosures. Materials shall be stored at not less than
70 F for 48 hours before installation.
(LUBBOCK. TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 09660
(17578 ) -1-
6. SURFACE PREPARATION. Installation of floor.coverings shall not
begin until the subfloor is completely dry and, insofar as practicable,
the work of all other trades has been completed. Before laying floor
coverings, the floor surface shall be thoroughly. cleaned of all dirt,
dust, plaster, oil, grease, paint, or other 'foreign substances. All
holes, hollow spaces, and other imperfections in the surfaces to be
covered with resilient floor covering shall be filled with floor level-
ing material. The leveling material shall cure for 24 hours before the
floor covering is installed.
The floor shall be dry and shall be maintained at a minimum temperature
of 70 F for 48 hours before, during laying, and for 10 days after the
floor covering is laid.
7. APPLICATION. Floor coverings shall be thoroughly and continuously
cemented to the floor with adhesive applied in a thin film and spread
evenly with a notched steel trowel or other suitable application tool.
Tile shall be laid before the laboratory furniture is installed and
shall cover all areas of the floor under the laboratory furniture.
Tile shall be laid with grain running in perpendicular direction between
adjacent tiles.
Tile shall be laid starting at the center of each room, working toward
the walls, with the run of tile laid out so that opposite edge tiles are
the same width. Except where otherwise indicated on the drawings, all
lines shall be kept straight and parallel or at right angles with room
lines, straightness being checked at frequent intervals. Edge tile
shall be scribed to the wall, cut, and fitted in place after the field
tile has been applied. Care shall be taken to make all tile joints
flush, so as to present a smooth, continuous even surface, free from
gaps or irregularities, with all joints tight, and each unit firmly and
tightly cemented.
Where floor coverings of different thicknesses abut, a tapered layer of
latex leveling cement shall be installed under the thinner floor cover-
ing so the top surfaces of abutting materials are at the same elevation.
Except at doorways where metal thresholds are specified under the finish
hardware section, reducing strips shall be installed at exposed edges of
floor covering where the elevation of the floor covering is higher than
the adjacent floor surface.
8. INSTALLATION OF BASES. Bases shall not be installed until the
surfaces against which they are to be applied are dry and clean and the
laboratory furniture is installed. Bases shall be installed at all
laboratory base units. Bases shall be set in accordance with the
manufacturer's directions and continuously cemented in place. All
joints and angles shall be neat and tight. Each base, throughout its
entire length, shall have top and bottom edges in firm contact with
laboratory furniture, walls, and floors.
r
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 09660
(17578 ) -2-
9. EXTRA TILE. One extra full box of vinyl composition fI.00r tile
shall be furnished to the Owner.
10. PROTECTION AND FINAL CLEANING. Resilient floor coverings shall be
protected from damage until acceptance by the Owner. Areas that are
subject to traffic or over which materials or equipment are to be moved
shall be temporarily covered with durable nonstaining protective paper.
Just before final inspection, the entire surface shall be thoroughly
cleaned, waxed, and polished with a heavy polishing machine. Chemicals
and waxes used in cleaning and dressing floor surfaces shall be suited
to the type of floor covering.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 09660
(17578 ) -3-
r
t
Section 09680 - CARPET
1. SCOPE. This section covers the furnishing and installing of wall
to wall carpet in the Laboratory Office.
2. MATERIALS. For purposes of identification, a Bentley Mills
pattern and color has been used. Other manufacturers with equivalent
products are acceptable. Carpet shall be installed by a subcontractor
who has been regularly engaged in carpet installation for no less than
five years. Carpet shall conform to the following:
Style Random pattern, textured level
loop
Fiber Yard Size and Ply Yarn dyed DuPont Antron Nylon
Pile Weight 32 oz per sq yd-
Machine Gage 1/.10 inch
Finished Pile Height .218 inch
Backings
Primary
Secondary
Total Carpet Weight
Accessories
Flame Spread
Polypropylene
"Action Bac"
75 oz per sq yd
As required for installation by
the manufacturer
Less than 450
Carpet Pad Premium density rubber cushion,
"Doubleset 2580-48", 1/4 inch,
26 lb. density.
3. COLOR. Carpet pattern and color shall be:
Bentley Mills, Covent Garden, CG32B-1360 Metropolis
4. SAMPLES. Two samples of the carpet, not less than 24 inches by 24
inches, shall be submitted to the Engineer for final consideration.
Each sample shall be marked on the back with the manufacturer's name,
the identifying color, and construction information as hereinbefore
indicated under the materials paragraph.
5. DELIVERY AND STORAGE. Carpet shall be delivered to the project
wrapped in a suitable protective covering and clearly market with the
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 09680
(17576 ) -1-
manufacturer's brand and name. The carpet and associated materials
shall be handled carefully and stored in a weatherproof room. The
carpet and associated materials shall be stored at not less than 70 F
for, at least 48 hoursbefore installation.
6. SURFACE PREPARATION. Installation of the carpet shall not begin
until the `subfloor is -completely dry and the work of all other trades
has been completed. Before laying the carpet, the floor surface shall
be thoroughly,cleaned of all dirt, dust, plaster, oil, grease, paint,
and other foreign substances. All holes, hollow spaces, and other
imperfections in the surfaces to be covered with carpet shall be filled
with floor leveling material. The leveling material shall cure for 24
hours before the carpet is installed.
7. INSTALLATION. All carpet and associated materials shall be
installed in accordance with the best practice of the trade and by
skilled workmen. The carpet and pad shall be installed by the double
set method in accordance with the manufacturer's recommendations where
possible. There shall be no seams.
All usable pieces of carpet left over after the installation has been
completed shall become the property of the Owner.
8. PROTECTION AND FINAL CLEANING. Carpeting shall be protected from
damage until final acceptance by the Owner.
9. DRAWINGS AND DATA. Complete specifications and data pertaining to
the carpet and associated materials therefore shall be submitted in
accordance with the provisions set forth in the Submittals section.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 09680
(17578 ) -2-
r
k
t' Section 09820 - CEMENTITIOUS COATING
1. SCOPE. This section covers a cementitious coating to be applied to
the cast -in -place concrete surfaces specified herein.
2. MATERIALS. The coating shall consist of a mill -formulated mixture
of white portland cement, fine -graded siliceous aggregate, pigments, and
liquid acrylic additives to improve weatherproofing qualities and
bonding properties. The coating shall be of the "breathing" type and
shall contain no oils, paraffins, or waxes.
The cementitious coating shall be Western Waterproofing Company
"Resto-Crete" or Thoro System Products "Thoroseal with Acryl 60".
3. COLOR. Color shall match the concrete block. Samples shall be
submitted for color selection.
4. SURFACES TO BE COATED. The cementitious coating shall be applied to
all exposed concrete surfaces of the following structures:
a. Runway beam supports at the Pumping Station Complex.
b. Runway beam supports at the Effluent Pumping Station No. 2.
C. Exterior surfaces of the columns of the MCC Room at the
Pumping Station Complex.
Concrete surfaces other than those specified above shall not be coated.
5. PREPARATION OF SURFACES. Removal of fins and joint marks from the
cast -in -place concrete and patching of honeycomb and tie holes flush
with the surrounding surface are covered under the cast -in -place
concrete section. Any additional treatment or roughening of the
cast -in -place concrete surfaces shall be performed under this section in
accordance with the recommendations of the coating manufacturer.
Surfaces to which the coating is to be applied shall be clean and free
of dirt, oil, grease, laitance, and other foreign matter and shall be
cleaned by wire brushing, sandblasting, or acid etching if required.
Prior to application of the coating, the surfaces shall be thoroughly
washed to remove all dust and residue and shall be damp but free of
excess water at the time of application of the coating.
6. APPLICATION. All details, methods, and procedures of mixing, appli-
cation, and curing of the coating material shall be in accordance with
the recommendations of the manufacturer.
The coating shall be applied in two coats to a total thickness of 1/8 to
1/4 inch, utilizing equipment suitable to the process and conforming to
the manufacturer's requirements. The coating materials shall fill all
} holes, pores, and surface irregularities and shall cover and conceal all
I (LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 09820
(17578 ) -1-
form marks, patches, and other surface defects. The first coat, with
the coarser aggregates omitted from the coating material, shall be brush
applied at the rate of approximately 2 pounds per square yard. The
second coat shall be trowel applied at the rate of 4 to 6 pounds per
square yard and shall be floated to a uniform, even, medium rough tex-
ture, free of tool marks, skips, runs, and defects.
No application shall be made when the temperature is 40 F or below or is
expected to drop below 40 F within 24 hours after application. The
material shall not be applied to frozen or frost -filled surfaces.
7. PROTECTION OF ADJACENT SURFACES. All adjacent surfaces not intended
to be coated shall be suitably masked or otherwise protected during the
coating operations. All coating materials splattered or dropped onto
such surfaces shall be immediately removed.
8. DATA AND SAMPLES. Specifications and data covering physical proper-
ties, mixes, and application procedures shall be submitted in accordance
with the submittals section.
Two samples of the cementitious coating applied to concrete panels not
smaller than 6 inches by 6 inches and indicating the proposed color,
thickness, and texture shall be submitted to the Engineer. After
acceptance, the samples will be 'held to be representative of the
properties and characteristics of the finally applied coating.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 09820
(17578 ) -2-
'« ,
fi
r
I
Section 09850 - ELASTOMERIC SOLVENTLESS POLYURETHANE LINER
1. SCOPE. This section covers elastomeric solventless polyurethane
liner for use as the concrete protective liner at the locations indi-
cated on the drawings and specified herein.
2. GENERAL.
2.01. Acceptable Products. The elastomeric solventless polyurethane
liner shall be as manufactured by Polibrid Coatings, Inc.
2.02. Alternate Product., At the option of the Contractor, either
plastic sheet liner or elastomeric solventless polyurethane liner may be
used for the concrete protective liner for new piping or new structures
at the locations indicated. Elastomeric solventless polyurethane shall
be used where lining is specified for existing structures. Plastic
sheet liner is specified in the plastic sheet liner section.
2.03. Delivery, Storage, and Handling. The material shall be delivered
to the job in original unopened containers with labels intact. Liner
components shall be stored inside in cool and dry conditions, and shall
be protected against excessive heat or freezing. No adulterant,
unauthorized thinner, or other material not included in the formulation,
shall be added to the liner for any purpose.
3. QUALITY ASSURANCE.
3.01. Applicator. The liner applicator shall submit a satisfactory
experience record including application of the specified liner to con-
crete structures of similar design and complexity.- The liner applicator
shall be approved by the material manufacturer.
4. PERFORMANCE AND DESIGN REQUIREMENTS.
4.01. Conditions of Service. The lining shall provide protection from
sunlight and atmospheric conditions and provide immersion protection
from the followings
Chemical Solution Concentration
Sulfuric acid 20 percent*
Sodium hydroxide
Ammonium hydroxide
r
Nitric acid
Ferric chloride
r. (LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 09850
(17578
tl
,f
5 percent
5 percent*
1 percent*
l percent
Chemical Solution
Soap
Detergent (linear alkyl benzyl
sulfonate or LAS)
Bacteriological
Concentration
0.1 percent
0.1 percent
BOD not less than 700
ppm
* Volumetric percentages of concentrated C.P. grade reagents.
5. MATERIALS. The lining materials shall be the following:
Topcoat Coat Two component, aromatic, 100
percent solids, solventless
elastomeric polyurethane
protection and waterproof
lining, Polibrid Coatings, Inc.
"Polibrid 705".
Primer Moisture insensitive, 100
percent solids, solventless,
modified amine cure epoxy
coating, Polibrid Coatings,
Inc. "Polibrid 672".
6. INSTALLATION.
6.01. Mixing and Thinning. Liner shall be thoroughly mixed using a
plural system each time any is withdrawn from the container. Lining
containers shall be kept tightly closed except while lining is being
withdrawn.
Liner components shall be mixed to proper consistency and viscosity in
accordance with the manufacturer's recommendations. Thinning will not
be permitted. In no case shall the wet film"thickness of applied lining
be reduced below the thickness recommended by the liner manufacturer.
6.02. Surface Preparation. New concrete shall be at least 28 days old
before lining is applied, in accordance with manufacturer's recommenda-
tions. All surfaces shall be dry when coated and free from dirt, dust,
sand, mud, oil, grease, rust, mill scale, and other objectionable sub-
stances. Oil and grease shall be completely removed by use of solvents
or detergents before mechanical cleaning is started.
All surfaces to be lined shall be cleaned by blasting in accordance with
ASTM D4258. Prior to application of the lining, the surfaces shall be
thoroughly washed, or cleaned by air blast, to remove all dust and resi-
due. Spalled areas, voids, cracks, and "bug" holes shall be repaired
before application of lining.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 09850
(17578 ) -2-
F
I
All surfaces -shall -be free of objectionable substances and shall meet
the recommendations of the lining manufacturer for surface preparation.
Any other surface preparation recommended by the lining material manu-
facturer shall be brought to the Engineer's attention and may be
incorporated into the work if acceptable to the Engineer.
6.03. Application. Lining shall be spray applied in accordance with
manufacturer's recommendations. Lining shall be applied in a neat
manner, with finished surfaces free of runs, sags, ridges, laps, and
brush marks as recommended by the material manufacturer.
The liner shall be applied in two or more coats. The lining shall
consist of one prime coat and one finish coat. Prime coat shall be 5
mils. The finish coat shall be 75 mils dry film thickness with a final
liner thickness of at least 80 mils total dry film thickness.
Each coat shall be .applied in a manner that will produce an even film of
uniform and proper thickness. In no case shall coating be applied at a
rate of coverage which is greater than the maximum rate recommended by
the material manufacturer.
Recoating shall be in accordance with manufacturers recommendations.
The color of alternate coats shall provide a contrast to assist in
obtaining complete coverage. The prime coat, when used, shall be of a
t, translucent amber color. The first coat on concrete surface shall be a
dark color.
Lining showing checks, blisters, excessive sags, teardrops, or fat edges
will not be accepted and shall be entirely removed and the surface
recoated. The lining shall be free of pinholes and holidays.
6.04. Weather Conditions. Coating shall be applied when surface
temperature is 50°F or above and relative humidity is 90 percent or
lower.
7. FIELD QUALITY CONTROL.,
7.01. Field Services. The material manufacturer shall provide engi-
neering field services to review the project and the material applica-
tion prior to any preparation; to approve the applicator, the applica-
tor's spray equipment, the materials used, and the procedure to be used;
to observe during surface preparation; to approve surface preparation;
and to observe during application. The field representative of the
material manufacturer shall submit, in writing, approvals of proposed
material, application procedures, applicator, and surface preparation.
7.02. Spark Testing. The surface of the liner shall be cleaned to
permit visual inspection and spark testing. After liners are installed
in structures and manholes, and after a lined pipe is installed and
backfilled, all surfaces covered with lining shall be tested at the
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 09850
(17578 ) -3-
r
t•
Contractor's expense, with an acceptable electrical spark tester with
the instrument set at 100 volts per mil of total lining thickness.
S. PROTECTION. Care shall be taken to prevent coating from being
dropped or spilled on adjacent surfaces, buildings, structures, or
facilities. All surfaces so damaged shall be cleaned, repaired,
replaced, or painted as acceptable to the Engineer.
9. INSTALLATION SCHEDULE. Concrete protective liner shall be installed r
on the following concrete surfaces:
Location Surface to be Covered
Plant No. 2 Influent Top 270 degrees of pipe.
(30-inch diameter)
Plant No. 3 Influent Top 270 degrees of pipe.
(30-inch diameter)
Scum Storage Manholes From above concrete aprons
Plant No. 2 Primary Clarifier Top 270 degrees of pipe. "
Effluent (30- and 36=inch
diameter)
Primary Distribution Structure As indicated on the
at Plant No. 2 and No. 3 drawings.
Bio-Tower Filter Influent/ As indicated on the
Recirculation Pumping Station drawings.
Wetwell
Primary Clarifier Effluent As indicated on the
Troughs (new and existing) drawings.
10. DRAWINGS AND DATA. Complete specifications and application ✓-
instructions for the products furnished under this section shall be
submitted in accordance with the submittals section. The material,
manufacturer shall certify the lining, as installed, is free of pinholes
and holidays.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 09850
(17576 ) -4-
F
Section 09900 - PAINTING
t 1. SCOPE. This section covers field painting, including surface
preparation, protection of surfaces, and other appurtenant work.
Regardless of the number of paint coats previously applied, at least
two field coats of paint shall be applied to all surfaces unless
otherwise specified.
Dampproofing of concrete surfaces, elastomeric deck coverings, and
painting with concrete protective liner are covered in other sections.
2. EQUIVALENT PRODUCTS. Whenever a coating is specified by -using the
s name of a proprietary product or the name of a particular manufacturer
or vendor, the specified coating shall be understood as establishing the
type and quality of coating desired. Other manufacturers' products will
be accepted provided sufficient information is submitted to allow the
Engineer to determine that the coatings proposed are equivalent to those
named. Proposed coatings shall be submitted for review in accordance
with the submittals section. Requests for review of equivalency will
not be accepted from anyone except the Contractor, and such requests
Ir� will not be considered until after the contract has been awarded.
jIn addition to the products named herein, equivalent products of the
following manufacturers will also be acceptable:
Carboline PPG (Pittsburgh)
Devoe Rust-Oleum
Glidden Sherwin-Williams
MAB Valspar
Porter
3. MATERIALS. All paint shall be delivered to the job in original
unopened containers with labels intact. Paint shall be stored inside
and shall be protected against freezing. No adulterant, unauthorized
thinner, or other material not included in the paint formulation shall
be added to the paint for any purpose.
All paint shall conform to the applicable air quality regulations at the
point of application. Any paint material which cannot be guaranteed by
the manufacturer to comply, whether specified by product designation or
not, shall not be used.
It shall be the responsibility of the Contractor to ensure the compati-
bility of the field painting products which will be in contact with each
other or which will be applied over shop painted or previously painted
surfaces. Paint used in successive field coats shall be produced by the
same manufacturer. Paint used in the first field coat over shop painted
or previously painted surfaces shall cause no wrinkling, lifting, or
other damage to underlying paint.
(LUBBOCK, TEXAS
(SEWRP IMPROVEMENTS & EXPANSION)
r (CONTRACT NO. 4 ) 09900
(17578 ) -1-
All paint used for intermediate and finish coats shall.be guaranteed by
the paint manufacturer to be fumeproof and suitable for sewage plant
atmosphere containing hydrogen sulfide. Any paint that cannot be so
guaranteed shall not be used. Paint shall be lead-free and mercury -free
if available, but in no case shall the lead or mercury content cause
discoloration in sewage plant atmosphere.
Where painting materials are referenced to Federal or Military Specifi-
cations, the reference shall define general type and quality required
but is not intended to limit acceptable materials to an exact
formulation.
3.01. Primers and Pretreatments.
Rust -Inhibitive Universal type; Ameron "Amercoat
3153A Universal Primer" Cook
Vinyl. Wash
Catalyzed Epoxy
Wood Primer
"391-N-167 Barrier Primer", Kop-
Coat "340 Gold Primer", or .
Tnemec "37-77 Chem -Prime".
MIL-P-15328; Ameron "Amercoat
178 Wash Primer", Cook
"900-Y-002 Vinyl Wash Primer",
Kop-Coat "No. 40 Passivator", or
Tnemec "32-1210 Vinoline Wash
Primer
Ameron "Amerlock 400 Epoxy" or
Cook "920-W-965 Epicon-MW
Hi -Build Epoxy".
Fed Spec TT-P-25; Cook
1383-W-307 Wood Primer" or
Tnemec "603 Enamel Undercoater".
3.02. Intermediate and Finish Paints.
Gloss Alkyd Enamel Fed Spec TT-E-489, Class. A;
Ameron "Amercoat 5401HS Gloss
Alkyd Enamel", Cook 0801 Series
Gloss Enamel", Kop-Coat
"Glamortex 501 Enamel", or
Tnemec "Series 2 Tneme-Gloss".
Fed Spec TT-E-529; Ameron
"Amercoat 5401HS Semigloss
Enamel", Cook 0876 Series
Semigloss Enamel", Kop-Coat
"Glamortex", or Tnemec
"Series 23 Enduratone".
Semigloss A1kyd.Enamel°
r
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 099.00
(17578 ) -2 "`
C
L
Medium Consistency
Coal Tar
Thixotropic Coal Tar
Latex Emulsion
Flat
Satin Gloss
Epoxy Enamel
Concrete Floors
Ferrous Metal Surfaces,
and Masonry or Concrete
Surfaces Other Than
Floors
Aliphatic Polyurethane
Clear Satin Varnish
Traffic Marking Paint
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT N0. 4 ) 09900
(17578 ) -3
Rop-Coat "Bitumastic Super
Service Black" or Tnemec 046-449
Heavy Duty Black".
MIL-C-18480; Rop-Coat
"Bitumastic No. 50" or Tnemec
"46-450 Heavy Tnemecol".
Acrylic containing at least
50 percent by weight nonvolatile
solids.
Cook 1827-W-007 SFR Latex
Paint", Kop-Coat 0600 Acrylic",
Sherwin-Williams "Weather
Perfect Acrylic Latex Series
B-361, or Tnemec "Tneme-Cryl
Ameron "Amerguard 220 Acrylic
Enamel Satin" or Sherwin-
Williams "Metalatex Semi -Gloss
Enamel Series B-42
Ameron "Amercoat 385 Epoxy",
Cook 8920-A-226 Armorcote 540,
Rop-Coat "Glamorgla.ze 200
Epoxy", or Tnemec "Tneme-Tread
Series 670; nonskid.
Ameron "Amercoat 385 Epoxy",
Cook 1920-W-965 Epicon-MW
HB Epoxy", Kop-Coat "Hi -Gard
Epoxy", or Tnemec "Hi -Build
Epoxoline Series 660.
Ameron "Amercoat 450HS
Polyurethane", Cook "975 Series
Acrothane", Kop-Coat "1122BRS
Linear Polyurethane", or Tnemec
"Series 70 Endura-Shield".
Cook "Timbrethane Satin Varnish"
or Sherwin-Williams
"Polyurethane Varnish A67F11.
Fed Spec TT-P-115, yellow; Cook
"Traffic Control Paint
463-Y-145" or Glidden "Traffic
Marking Paint 6673550.
Heat -Resistant Aluminum
Ameron "Amercoat 891 Silicone
Acrylic Coating", Cook
"100-A-178 Heat Resistant
Aluminum", Rop-Coat "6305
Hi -Heat Aluminum", or Tnemec
"43-38 Aluminum".
4. PRODUCT AND COLOR SELECTION. The Contractor shall submit color
cards for all paints proposed for use, together with complete
descriptive specifications, to the Engineer for review and color
selection. Requests for review submitted directly to the Engineer by
paint suppliers will not be considered.
Submittals shall also include guarantees from the paint manufacturer
that all paints to be used for intermediate and finish coats are
fumeproof and suitable for sewage plant atmosphere containing hydrogen
sulfide.
For the gloss alkyd enamel, semigloss alkyd enamel, and satin gloss
latex emulsion finish paints, a total of not more than 5 custom colors
(excluding deeptone or high-level colors) may be required. The manufac-
turer's standard colors will be acceptable for all other paints.
5. FIELD PRIMING. In general, surfaces of equipment, steel, and cast
iron are specified to be shop primed. Any such surfaces which have not
been shop primed shall be field primed. Shop coatings which are damaged
or have failed, and have been determined unsuitable by the Engineer,
shall be removed and the surfaces field primed. Galvanized, aluminum,
stainless steel, wood, and.insulated surfaces shall be field primed.
Primers used for field priming, unless otherwise required for repair of
shop primers, shall be:
Surface To Be Primed Material
Equipment, surfaces to be painted
with
Alkyd enamel
Aluminum paint
Epoxy enamel
Coal tar paint
Steel and cast iron, surfaces to be
painted with
Alkyd enamel
Aluminum paint
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 09900
(17578 ) -4-
Rust -inhibitive
Rust -inhibitive
Same as finish coats
Same as finish coats
Rust -inhibitive
Rust -inhibitive
Surface To Be Primed
Material
Epoxy enamel
Same as finish coats
Coal tar paint
Same as.finish coats
Galvanized
Vinyl wash
Copper
Vinyl wash
Aluminum
Vinyl wash
Stainless steel
Vinyl wash
PVC
Catalyzed epoxy
FRP
Catalyzed epoxy
Wood (painted)
Wood primer
Insulated piping
As recommended by
manufacturer of finish
coats
Concrete, surfaces to be painted Epoxy enamel
with epoxy enamel
Surfaces specified to be field painted with clear finish coats need not
be primed. Unless otherwise recommended by the paint manufacturer,
priming will not be required on concrete, concrete block, or gypsum
wallboard surfaces specified to be painted with latex paint or epoxy
enamel, nor on metal surfaces specified to be painted with epoxy enamel
and coal tar epoxy and heat -resistant paints. Priming will not be
required on surfaces to be marked with traffic marking paint.
6. PAINTING SCHEDULE. The following schedule lists paints for inter-.
mediate and finish coats for surfaces to be painted. All exposed sur-
faces, including sides and edges, shall be painted.
Surface To Be Painted Material
6.01. Metal Surfaces.
All surfaces of structural and Gloss alkyd enamel
miscellaneous steel exposed to view
or to the elements in exterior
locations. (Galvanized surfaces
are not to be painted unless
otherwise specified.)
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 09900
(17578 ) -5-
Surface To Be Painted IMaterial
All surfaces`of structural and
Semigloss alkyd enamel
miscellaneous steel exposed to
view inside buildings. (Galvanized
surfaces are not to be painted
unless otherwise specified.)
Unless otherwise specified, all
Gloss alkyd enamel
surfaces of steel door frames,
door and frame D1405, steel
floor plates, pumps, motors,
speed reducers, and other
machines and equipment exposed
to view or to the elements.
Actuators for slide gates
Gloss alkyd enamel
and control weirs.
Metal curbs for skylights and power
Gloss alkyd enamel
roof ventilators.
Heating and air conditioning units,
Gloss alkyd enamel
convector covers, electrical equipment
cabinets, and similar items and equip-
ment (unless factory finished).
Surfaces of cranes and hoists exposed
Gloss alkyd enamel
to view.
Surfaces of dockboard and metal parts
Gloss alkyd enamel
of dock bumpers exposed to view or to
the elements.
Surfaces of steel yard lighting poles
exposed to view or to the elements
(including existing poles at Plant 3).
All surfaces of cast iron and steel
piping inside buildings and above rA ade
outdoors exposed to view or to the
elements, including valves, fittings,
flanges, bolts, supports, and accessories
therefor, and including galvanized
surfaces after proper priming. (Also
includes existing piping in aeration
pipe gallery at Plant 3.)
Copper pipe and tubing, including
fittings and valves.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 09900
(17578 ) -6 -
Gloss alkyd enamel
Alkyd enamel; gloss
for color coded
piping; gloss or
semigloss for all
other piping
Semigloss alkyd enamel
Surface To_BePainted Material
Surfaces of ductwork exposed to
Semigloss alkyd enamel
view inside buildings, after
or latex'
proper priming.
All surfaces of electrical conduit
Semigloss alkyd enamel
exposed to view inside buildings
or latex
(except banks of conduits in multiple
layers hung from ceilings), including
fittings, boxes, supports, and acces-
sories therefor, after proper priming.
Circular sludge collecting equipment
Epoxy enamel
and accessories, all iron and steel
parts except platform, walkway,
walkway beams, motors and speed
reducers, and other iron or steel
parts above the walkway.
Circular sludge collecting equipment
platform, walkway, walkway beams,
and other iron or steel parts and
accessories above the walkway
except motors and speed reducers.
_
First coat.
Epoxy enamel
Second coat.
Aliphatic polyurethane
All metal surfaces, unless otherwise
Medium consistency
specified, which will be submerged or
coal tar
buried, all or in part, including
valves and valve boxes, but excluding
piping laid in the ground.
Miscellaneous castings, including
Medium consistency
manhole rings and covers, and manhole
coal tar
steps. (One coat, if not foundry
dipped.)
All exterior surfaces of cast iron
Medium consistency
and steel piping in manholes,
coal tar
wetwells, aeration basin (including
existing), and similar locations,
including valves, fittings,
flanges, bolts, supports, and
accessories.
All metal harness anchorage for
Thixotropic coal tar
buried piping.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 09900
(17578 ) -7-
Surface To Be Painted Material
Supports and miscellaneous metal Epoxy enamel
for equipment handling chemicals.
Polished brass or bronze. Clear satin varnish r"
Vacuum pump discharge piping. Heat -resistant.
aluminum
6.02. Concrete and Masonry Surfaces.
Interior surfaces of sludge Medium consistency
drawoff boxes. coal tar
6.03. Miscellaneous Surfaces.
Gypsum wallboard surfaces, above
ceramic wall tile and vinyl wall
r
covering, in rooms 1404, 1406,
1411, 1412, 1413, 1414, 1415,
1416, 1417, and 1416 (two coats).
Walls and ceilings. Semigloss alkyd
enamel.
All other gypsum wallboard surfaces
(two coats).
Walls. Satin gloss latex
emulsion.
Ceilings. Flat latex emulsion.
Insulated piping (except aluminum Gloss or semigloss
jacketed insulation). alkyd enamel
PVC and FRP. Gloss alkyd enamel-
Interior wood doors. Gloss alkyd enamel
Wood chair rail. :.Gloss alkyd enamel
Pavement marking (one coat). Traffic marking paint
Guard posts/railings. Gloss alkyd enamel.
6.04. Surfaces Not To Be Painted. Unless otherwise specified, the
following surfaces shall be left unpainted:
Exposed surfaces of aluminum, except ductwork.
r
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 09900
(17578 ) -8- .-.
r
0
Polished or finished stainless steel. Unfinished stainless steel,
except fleshings and counterflashings, shall be painted.
Nickel or chromium.
Galvanized surfaces, except piping, conduit, ductwork, and other
items specifically noted.
Piping concealed in inaccessible plumbing chases and above
suspended ceilings.
Rubber and plastics.
Exterior concrete.
Surfaces specified to be factory finished.
Fire sprinkler heads.
7. PIPING IDENTIFICATION. Exposed piping,. and piping in accessible
chases, shall be identified with lettering or tags designating the
service of each piping system, shall have flow directional arrows, and
shall be color coded as scheduled below.
Piping scheduled to be color coded shall be completely painted with the
indicated colors, except surfaces specified to be unpainted shall have
segments painted with the specified coding color long enough to accommo-
date the required lettering and arrows. All other piping specified to
be painted shall match adjacent surfaces, unless otherwise directed by
the Engineer.
7.01. Location. Lettering and flow direction arrows shall be provided
near equipment served, adjacent to valves, on both sides of walls and
floors where pipe passes through, at each branch or tee, and at
intervals of not more than 50 feet in straight runs of pipe. If, in the
opinion of the Engineer, the foregoing requirements will result in an
excessive number of labels or arrows on a run of pipe, the number
required shall be reduced as directed.
�^ 7.02. Metal Tags. Where the outside diameter of pipe or pipe covering
[ is 5/8 inch or smaller, metal tags shall be provided instead of letter-
ing. Tags shall have the specified identifying lettering stamped -in,
and shall be fastened to the pipe with suitable chains. Metal tags and
chains shall be aluminum or stainless steel. Where tags are used, pipe
shall be color coded as specified.
7.03. Lettering. Lettering on piping shall be painted, stenciled, or
snap -on markers. Snap -on markers shall be plastic sleeves, Brady
"Bradysnap-On B-915" or Seton "Setmark'. Letter size shall be as
follows:
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 09900
(17578 ) -9-
Outside Diameter of Minimum
Pine or Covering Height of Letters
5/8 inch and smaller Metal tags - 1/4 inch
3/4 inch through 4 inch 3/4 inch
5 inch and larger 2 inches
7.04. Color Coding and Lettering Schedule. All 12 inch and smaller
piping for the following services shall be color coded. Where
scheduled, bands shall be 6 inches wide spaced along the pipe at 5 foot
intervals.
Color of
Letters Color of Pine Letters
Potable Water Light blue Black
(hot or cold)
Nonpotable Light blue with Black
Water red bands
Distilled Water Light blue with Black
white bands
Service Water
Dark blue with
Red
(lines downstream
white bands
from a backflow
prevention unit)
Seal Water
..Dark blue with
White
(lines downstream
red bands
from an air gap,
repump system)
Compressed Air
Light green
Black
Low Pressure Air
Light green
Black
(aeration supply)
Instrument Air
Light green with
Black
dark green bands
Laboratory Vacuum
Dark green with
Red
light green bands
Odor Control
Dark green with
White
light brown bands
Vacuum Pump Discharge
Aluminum
Black
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 09900
(17578 ) -10-
r
Color of
Letters Color of Pipe Letters
Natural Gas Red White
Sewage Light gray Black
Settled Sewage Light gray with Black
brown bands
Sludge Light brown White
Scum Dark brown White
Drain Dark gray White
Chlorine (solution) Yellow with Black
red bands
Electrical conduit shall be painted to match adjacent ceiling or wall
surfaces as directed by the Engineer. Vent lines shall be painted to
match surfaces they adjoin.
In addition, special painting of the following items will be required:
Item Color
Valve handwheels and levers IRed
Hoist hooks and blocks Yellow andblack stripes
Numbers at least 2 inches high shall be painted on or adjacent to all
accessible valves, pumps, flowmeters, and other items of equipment which
are identified on the drawings or in the specifications by number.
8. MIXING AND THINNING. Paint shall be thoroughly mixed each time any
is withdrawn from the container. Paint containers shall be kept tightly
closed except while paint is being withdrawn.
Paint shall be factory mixed to proper consistency and viscosity for hot
weather application without thinning. Thinning will be permitted only
as necessary to obtain recommended coverage at lower application
temperatures. In no case shall the wet film thickness of applied paint
be reduced, by addition of paint thinner or otherwise, below the
thickness recommended by the paint manufacturer.
9. SURFACE PREPARATION. All surfaces to be painted shall be dry and
shall meet the recommendations of the paint manufacturer for surface
preparation. Cleaning and painting operations shall be performed in a
manner which will prevent dust or other contaminants from getting on
freshly painted surfaces. Oil and grease shall be completely removed by
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 09900
(17578 ) -11-
use of solvents or detergents before mechanical cleaning is started.
The gloss of previously painted surfaces shall be dulled if necessary
for proper adhesion of topcoats.
Surfaces shall be free of cracks, pits, projections, or other imperfec-
tions which would prevent the formation of a smooth, unbroken paint
film, except for concrete block construction where a rough surface is an
inherent characteristic.
When applying touchup paint, or repairing previously painted surfaces,
the surfaces to be painted shall be cleaned as recommended by the paint
manufacturer and sanded or wire brushed in such a manner that the edges
of adjacent paint are feathered or otherwise smoothed so that they will
not be noticeable when painted. All paint made brittle or otherwise
damaged by heat of welding shall be completely removed.
9.01. Galvanized Surfaces. Galvanized surfaces shall be prepared for
painting in conformity with the instructions of the manufacturer of the
vinyl wash primer. Any chemical treatment of galvanized surfaces shall
be followed by thorough rinsing with clean water.
9.02. Ferrous Metal Surfaces. Ungalvanized ferrous metal surfaces
shall be cleaned for painting by one or more of the following means:
solvents, blasting, high-speed power wire brushing, or scraping. Sur-
faces of welds shall be given special treatment by scraping and wire
brushing as necessary to remove all slag and weld spatter. Tools which
produce excessive roughness shall not be used.
All ferrous metal surfaces which are specified to be painted with epoxy
enamel shall have all welds and sharp edges ground smooth if not pre-
viously ground smooth in the shop. All components of equipment that
will allow satisfactory surface preparation and painting after installa-
tion shall -be installed prior to surface preparation. Components of
equipment that will be inaccessible after installation shall have the
surfaces prepared and shall be painted prior to installation. Motors,
drive trains, and bearings shall be protected during surface preparation
in accordance with the equipment manufacturer's recommendations.
Surfaces to be coated with epoxy enamel, and heat -resistant coatings,
except galvanized surfaces, shall be cleaned to the degree recommended
by the paint manufacturer. Blast cleaning shall be used where recom-
mended by the paint manufacturer, and may be used elsewhere at the
option of the Contractor provided that no dust is permitted to settle on
adjacent wet paint films
All ferrous metal surfaces specified to be painted with epoxy enamel
shall have all shop primer removed in field surface preparation.
Surface preparation by blast cleaning shall immediately precede the
first application of paint, and both operations shall be performed the
same day. If more surface area is prepared than can be painted in one
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 09900
(17578 ) -12-
F
day, the unpainted area shall have surfaces blast cleaned again to the
satisfaction of the Engineer.
9.03. Concrete Surfaces. New concrete surfaces, which are to be
painted shall be prepared by removing all dirt, dust, efflorescence, oil
or grease stains, or other foreign substances, by wire or fiber brushing
or scrubbing, scraping, or other appropriate methods. Prior to
mechanical cleaning, any oil or grease shall be removed with a solvent
or detergent. Concrete surfaces to be painted with epoxy enamel shall.
be etched with acid or brush blasted prior to priming.
9.04. Concrete Block Surfaces. Voids and openings in concrete block
construction shall be pointed. Interior surfaces to be painted with
latex paint need not be filled.
9.05. Wood Surfaces. All wood surfaces shall be sanded smooth before
painting. All dust shall be carefully wiped off after sanding.
9.06. Copper Tubing. All flux residue shall be removed from joints in
copper tubing. Immediately before painting is started, tubing shall be
wiped with a clean rag soaked in xylol.
9.07. PVC and FRP Plastic. All wax and oil shall be removed from
plastic surfaces by wiping with a solvent of the type used for the
specified primer.
9.08. Hardware. Hardware and hardware items such as bolts, screws,
washers, springs, and grease fittings need not be cleaned prior to
painting if there is no evidence of dirt, corrosion, or foreign
material.
10. APPLICATION. Paint shall be applied in a neat manner, with
finished surfaces free of runs, sags, ridges, laps, and brush marks.
Each coat shall be hard and dry through the entire paint film before the
next coat is applied. Each coat shall be applied in a manner that will
produce an even film of uniform and proper thickness. In no case shall
paint be applied at a rate of coverage which is greater than the maximum
rate recommended by the manufacturer.
Paint showing sags, checks, blisters, teardrops, or fat edges will not
be accepted and shall be entirely removed and the surface repainted.
10.01. Priming. Edges, corners, crevices, welds, and bolts shall be
given a brush coat of
primer before the specified spot or touchup paint-
ing of metal surfaces.
Special attention shall be given to filling all
crevices with paint.
Abraded and otherwise
damaged portions of shop -applied paint shall be
cleaned and repainted
as recommended by the manufacturer of the finish
coating. Welded seams
and other uncoated surfaces, heads and nuts of
field -installed bolts,
and surfaces.where paint has been damaged by heat
shall be given a coat
of the specified primer. This patch, spot, or
(LUBBOCK, TEXAS
)
(SEWRP IIMPROVEKENTS &
EXPANSION)
(CONTRACT NO. 4
) 09900
(17578
) -13-
r
touchup painting shall be completed, and shall be dry and hard, before
additional paint is applied.
10.02. Latex Paint. Latex paint shall be applied by brushing or
rolling; spraying will not be permitted. Latex paint shall not be
thinned excessively.
10.03. Epoxy Enamel. The application of epoxy enamel, including
temperature limitations and protection from sunlight until topcoated,
shall conform to the recommendations of the paint manufacturer.
10.04. Film Thickness. The total paint film thickness, including prime
coat (if any), intermediate coats, and finish coat, shall be not less
than:
Minimum
Type of Paint
Dry Film Thickness
Latex
3
mils
Clear varnish
2
mils
Coal tar
Medium consistency
20
mils
Thixotropic
35
mils
Epoxy enamel
Surfaces with first coat of
7
mils
e oxy enamel and second coat
o aliphatic polyurethane
Other surfaces (two coats)
10
mils
Alkyd enamel
With shop finish or primer
4
mils
applied by electrostatic spray
and baked -on, as on hollow metal
doors and equipment cabinets
With vinyl wash primer field
4
mils
applied to galvanized, co per,
aluminum, and stainless s eel
surfaces
With all other primers, shop or
5
mils
field applied
Heat -resistant
3
mils
All other finishes
5
mils
10.05. Weather Conditions. Paint shall not be applied, except under
shelter, during wet, damp, or foggy weather, or when windblown dust,
dirt, debris, or insects will collect on freshly applied paint. Paint
shall not be applied at temperatures below the minimum temperature
recommended by the paint manufacturer, or to surfaces of metals, such as
the surfaces of a tank or pipe containing cold water, regardless of the
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 09900
(17578 ) -14-
I
0
air temperature, when metal temperature and atmospheric conditions cause
condensation on the surface of the metal.
Contractor shall provide Engineer with a millage gage with chips for
calibration and a holiday tester.
11. REPAIRING FACTORY FINISHED SURFACES. Factory finished surfaces
which have become damaged prior to acceptance by the Owner shall be spot
primed and repainted with materials equivalent to those used in the
original application. If, in the opinion of the Engineer, spot repair,
of the damaged area is not satisfactory, the entire surface or item
shall be repainted as required by the Engineer.
12. PROTECTION OF SURFACES. Throughout the work the Contractor shall
use drop cloths, masking tapes, and other suitable measures to protect
all surfaces from cleaning operations, accidental spraying, spattering,
or spilling of paint. The Contractor shall be responsible for and shall
correct and repair damage resulting from his operations or the opera-
tions of those responsible to him. Paint deposited on surfaces which
are not being painted at the time shall be.immediately removed. Bitu-
minous paints spilled or dropped on any material except metals shall be
surface cleaned and spot painted with aluminum paint prior to applying
the specified paint. Exposed concrete or masonry not specified to be
painted which is damaged by paint shall be either removed and rebuilt
or, where authorized by the Owner, painted with two coats of masonry
paint.
(LUBBOCK, TEXAS
(SEWRP IMPROVEMENTS
(CONTRACT NO. 4
(17578
EXPANSION)
09900
-15-
1.
r
FSection 09950 - VINYL WALL COVERING
1. SCOPE. This section covers vinyl wall covering to be provided on
wall surfaces as indicated in the finish schedule on the drawings. The
wall covering shall be field applied over gypsum wallboard. Gypsum
wallboard is covered in Gypsum Wallboard section.
2. MATERIALS. The vinyl wall covering shall be composed of a pig-
mented PVC incorporating a mildew inhibitor, surfaces with an acrylic
liquid top coating, bonded to a mildew resistant, preshrunk fabric
backing which has been bleached or dyed free of impurities. All mate-
rials shall conform to Fed Spec CCC-W0408A, using test methods given
in Fed Spec CCC-T-191B, except as otherwise noted herein.
Adhesive shall be as recommended by the manufacturer of the wall
covering furnished and shall be the strippable type.
2.01. Service Conditions. Taber abrasion.resistance, tensile break
strength, tear strength, and adhesion of backing properties shall meet
the requirements of Fed Spec CCC-T-191b.
2.02. Fire Hazard Classification. Each roll of vinyl -coated fabric
wall covering shall carry an Underwriters' Laboratories Class A label
certifying that the Fire Hazard Classification for the labeled wall
covering shall be equal to or lower than:
Flame Spread 15
Fuel Contributed 0
Smoke Developed 20
The above flame spread classification shall be derived from testing in
accordance with the "Tunnel Test" of ASTM E84. .
2.03. Color and Pattern. For pattern and color identification
purposes, the vinyl wall covering shall be B.F. Goodrich "Koroseal".
Other equivalent manufacturers are acceptable. Type I vinyl wall
covering pattern shall be "Forum" and the color shall be "Sand Dollar".
Type II vinyl wall covering pattern shall be "Desert Sand with Tedlar"
and the color shall be "Froth".
3. SUBMITTALS. Complete data and wall covering samples shall be
submitted in accordance with the Submittals section.
Samples measuring 12 inches by 12 inches of the selected vinyl coverings
shall be submitted to the Engineer.
l 4. DELIVERY, STORAGE, AND HANDLING. Materials shall be delivered to
the site in the original unopened packages clearly marked with the manu-
facturer's brand and name. Materials shall be handled carefully and
s stored in a clean dry storage area where temperatures shall be main
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 09950
(17578 ) -1-
tained above 40 F with normal humidity. Rolls of materials shall not
be stored in an upright position.
4.01. Environmental Requirements. Area scheduled to receive wall
covering shall be maintained at a constant temperature of 70 F for 72
hours before, during, and for 48 hours after the application. Humidity
shall be approximately the same as expected when the building is
occupied.
4.02. Lighting. Area scheduled to receive wall covering shall have
permanent lighting installed and available.- If such is impossible, the
Contractor shall provide temporary lighting of equal brilliance to the
permanent lights.
5. WARRANTY. The vinyl -coated fabric wall covering shall be
guaranteed for a period of five years against manufacturing defects
only. This includes such defects as permanent surface staining
attributable to mildew and bleed -through of foreign impurities embedded
in the backing, as well as separation of the vinyl from its backing.
6. PREPARATION. Before installation of the wall covering is started,
all surfaces to be covered shall have all defects corrected and shall be
dry, smooth, and free from dust, chalk, or other foreign substances.
Gypsum wallboard shall have all joints, fastener dimples, and other
depressions finished with tape and joint compound, with joint compound
feathered and sanded smooth. Generally, new gypsum wallboard need not
be primed. In addition, all work in connection with other trades which
affects the surfaces to be covered shall have been completed.
7. INSTALLATION. The wall covering shall be installed in accordance
with the manufacturer's recommendations and the following requirements.
Fabric panels shall be used in the exact order that they are cut from
rolls, with rolls used in consecutive order. Whenever the pattern
permits, alternate strips shall be reversed.
Wall covering shall be wrapped 6 inches beyond inside and outside cor-
ners; cutting at corners will not be accepted. Horizontal seams will
not be accepted. Hardware, accessories, plates, and similar items shall
be removed to allow fabric to be installed. Upon completion of each
space, items shall be reinstalled.
The manufacturer's directions for mixing and applying adhesive shall be
followed. A stiff -bristled brush or flexible broad knife shall be used
to eliminate air pockets and to conform the'wall covering to the wall
surfaces.
The excess paste shall be removed from each seam as it is placed and
before proceeding to the next seam. A sponge dampened with plain warm
water shall be used to remove excess paste. The sponge shall not be
wringing wet. Seams shall be wiped with a dry cloth towel. Each seam
r--
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 09950
(17578 ) -2-
�I
shall be examined carefully when completed. Additional salvage shall be
trimmed off if required to achieve a color and pattern match at seams.
The installed fabric shall be secure, smooth, and clean without
gaps, and overlaps.
rwrinkles,
t
b
t
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS EXPANSION-)
(CONTRACT NO. 4 ) 09950
�`
(17578 ) -3-
r
Section 10300 - LOUVERS
1. SCOPE. This section covers the furnishing and installation of
fixed -type weather louvers.
2. GENERAL. The fixed -type weather louvers shall be the product of one
manufacturer. The louvers shall be furnished complete with all hardware
and appurtenances necessary for a satisfactory installation.
3. LOUVERS. Fixed -type weather louvers shall be furnished and
installed where indicated on the drawings. Sizes -shall be as indicated
in the louver schedule. Weather louvers shall be the stationary type
constructed of extruded aluminum sections securely and permanently
assembled to form a sturdy, rigid unit. The weather louvers shall have
extended sills as indicated on the drawings. The weather louvers shall
be installed with expansion anchors and shall be caulked as specified in
the caulking section. Bird screens of 1/2 inch mesh aluminum shall be
furnished and installed on all fixed weather louvers.
Where aluminum work is to be attached to steel supporting members, or
other dissimilar metal, the aluminum shall be kept from direct contact
with such metals by a heavy shop coat of the coal tar paint. Aluminum
surfaces which will be in contact with concrete or masonry when
installed shall be given a heavy coat of coal tar paint. All paint
shall be dry and hard when the coated parts are shipped, assembled, or
installed.
Aluminum work which will be exposed to the exterior after installation
shall be given an anodic coating, Aluminum Association finish AA-
M21C22A42, dark bronze.
Louvers shall be architectural style continuous blades with concealed
mullions.
Fixed weather louvers shall Type J blades and extended sills and shall
be Ruskin "Type ELF-81" or American Warming & Ventilating "Type LW-P-
1447" with concealed mullions.
4. DRAWINGS AND DATA. Complete specifications and detailed drawings
covering arrangement, dimensions, hardware, accessories, and details of
construction and installation of the louvers shall be submitted in
accordance with the submittals section.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 10300
(17578 ) -1-
r
FSection 10990 - MISCELLANEOUS SPECIALTIES
1. SCOPE. This section covers miscellaneous items of work and
equipment not included in other sections.
2. GENERAL. Miscellaneous specialties shall be furnished and installed
as specified herein and in accordance with the details, arrangements,
and dimensions indicated on the drawings. Where not specifically,indi-
cated or specified, fasteners, gaskets, and other accessories shall be
provided as required and as recommended by the manufacturer of the
specific item.
3. WALL MOUNTED FIRE EXTINGUISHERS. Wall mounted hand fire extin-
guishers shall be of the all purpose, nitrogen -pressured, dry chemical
type. Dry chemical type fire extinguishers shall be provided and
C
installed in the locations indicated on the drawings or on the following
schedule with exact locations as directed by the Engineer and Owner.
The fire extinguishers shall meet the new Underwriters' Labora- tories
Standards and shall carry the U.L. rating of 4A-60B:C. Capacity of the
extinguishers shall be 10 pounds and the color.of the shell shall be
red. Wall mounting brackets shall be furnished and mounted 5 feet above
the floor. Fire extinguishers shall be Kidde 110 TAX-1' or Laresen's
'MP 10" for dry chemical.
FIRE EXTINGUISHER'SCHEDULE
Structure/Room Quantity
Pumping Station Complex
Primary Sludge P.S. 1
Secondary Sludge P.S. 1
MCC Room 1
Effluent Pumping Station
MCC Room 1
Laboratory Building 2
Plant No. 3 MCC Building 1
Plant No. 3 Aeration Basin Pipe Gallery 2
4. SIGNS NOD NAMEPLATES. Signs and nameplates shall be fabricated from
two-color laminated phenolic material, colors as selected by the Owner
with letters engraved through the outer color to expose the center
color. Unless otherwise specified, signs and nameplates shall be 2
inches high by length required for the designated legend, with block
lettering one inch high.
Door identification signs be adhesive -mounted 5'-0' on the wall next to
the door side nearest the door handle or knob. Door identification
signs shall be provided in accordance with the following schedule.
(LUBBOCK, TEXAS )
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 10990
(17578 ) -1-
Door Opening Number Legend
D-1406 Office
D-1407 Wet Chemistry
D-1408 Bacteriological
D-1409 Mechanical --
D-1410 Sto./Electrical
D-1412 A.A. Room
D-1413 I.C. Room _
D-1414 G.C. Room
D-1415 Chemical Storage
D-1416 Wash-up
D-1417 & 1419 BOD
D-1418 BOD-Incubator
D-1420 Sample Room
5. BLINDS. Contractor shall provide and install blinds at all exterior
windows (aluminum assemblies) of the Laboratory. Blinds shall be
installed as indicated on the drawings and as recommended by the blind _
manufacturer. Vanes shall be one inch wide. by .0075 inch thick. Rail
head shall be 1 inch wide by 1-9/16 inch. The blinds shall be
equivalent to Levolor "Riviera" with dark bronze, unperforated vanes.
6. SMOKE DETECTORS. Ionization smoke detectectors shall be furnished
and installed where indicated on the drawings. The detectors shall
include strobe light, dual chamber, LED indicator, solid state, audible
horn and built-in test switch. Detectors shall be suitable for 120
volt, single phase, 60 Hz electrical service.
Ionization smoke detectors shall be Gentex "710CS".
7. DRAWINGS AND DATA. Complete specifications, data, detailed
drawings, and setting or erection drawings covering miscellaneous
specialties shall be submitted in accordance with the procedures set
forth in the submittals section.
(LUBBOCK, TEXAS
(SEWRP IMPROVEMENTS & EXPANSION)
(CONTRACT NO. 4 ) 10990
(17578 ) -2-
I