Loading...
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 ................................................................................................. &AMPLE 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